Investment & Business Support: Business Support Consultancy Panel

  Investment & Business Support is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Business Support Consultancy Panel
Notice type: Contract Notice
Authority: Investment & Business Support
Nature of contract: Services
Procedure: Restricted
Short Description: The proposed programme of support (1:1 and 1:many) funded via the UK Shared Prosperity Fund and the Department of Business, Innovation and Skills, will continue to build on the work of 3 successful BEIS funded 121 programmes and past ‘Growth Hub Guru’ workshop programmes. It is the Council’s intention to establish a panel of consultants who will deliver 121 specialist support to a wide range of trading businesses from new start ups through to those with growth aspirations. The scheme will run from mid June 2023 to complete by March 2025 The 1:1 consultancy support will be fully funded to participating SME businesses and will aim to support businesses with the delivery of their aspirations through practical support. However, there will be two other support focuses namely increasing business resilience and to support productivity improvements.
Published: 10/05/2023 13:03
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Telford: Business and management consultancy services.
Section I: Contracting Authority
      I.1) Name and addresses
             Telford & Wrekin Council
             Darby House, Lawn Central, Telford, TF3 4JA, United Kingdom
             Tel. +44 7794032940, Email: erica.sherry@telford.gov.uk
             Main Address: www.telford.gov.uk
             NUTS Code: UKG21
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Telford:-Business-and-management-consultancy-services./87V79QW4N9
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/87V79QW4N9 to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Business Support Consultancy Panel       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      79410000 - Business and management consultancy services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The proposed programme of support (1:1 and 1:many) funded via the UK Shared Prosperity Fund and the Department of Business, Innovation and Skills, will continue to build on the work of 3 successful BEIS funded 121 programmes and past ‘Growth Hub Guru’ workshop programmes.
It is the Council’s intention to establish a panel of consultants who will deliver 121 specialist support to a wide range of trading businesses from new start ups through to those with growth aspirations.

The scheme will run from mid June 2023 to complete by March 2025

The 1:1 consultancy support will be fully funded to participating SME businesses and will aim to support businesses with the delivery of their aspirations through practical support. However, there will be two other support focuses namely increasing business resilience and to support productivity improvements.       
      II.1.5) Estimated total value:
      Value excluding VAT: 165,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Gateway workshops       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      72224000 - Project management consultancy services.
      
      II.2.3) Place of performance:
      UKG21 Telford and Wrekin
      
      II.2.4) Description of procurement: It is intended that “hot” topics or other pertinent issues will be identified and small events or workshops will be held that focus on the subject matter.
These workshops will be delivered mainly online due to not having a designated events space for in person workshops. However opportunities may arise for in person workshops if event space becomes available at no charge.
They will act as a gateway to further support from the Team – whether that be from the 121 consultancy programme or anything else that may be relevant.
There will be an expectation that approved panel members will work with the Invest Telford team when requested, to identify topics for workshops based on known demand from businesses.
Workshops are charged by the hour (hourly rate is £125) invoices will include costs for delivery time and in certain circumstances ‘prep time’ – prep time is defined as the creation of a new workshop topic at the request of the event organiser or the significant amendment of an existing workshop topic. The inclusion of prep time is at the agreement of the Project Manager.
When the workshop is delivered virtually it takes the following format;
•Maximum length for an online workshop is 2 hours
•Course materials/presentations must be provided by consultants
•If you decide that the workshop would be supported by the provision of handouts/accompanying documents – then this is included in the core delivery time cost and cannot be paid for separately or in addition to.
•The consultant will host the workshop via their chosen platform and provide the joining instructions to the event organiser so they can be sent out to attendees the day before the event is scheduled.
•The event organiser will attend the beginning of workshops to welcome and promote Invest Telford business services.
•Feedback forms will be issues via email by the event organiser
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 30,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 22       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: There is no guarantee of the volume of work, or if call-off contracts will be awarded for any or all Lots, during the lifetime of the DPS

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/87V79QW4N9       
II.2) Description Lot No. 2
      
      II.2.1) Title: General - Multi-disciplinary       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      72224000 - Project management consultancy services.
      
      II.2.3) Place of performance:
      UKG21 Telford and Wrekin
      
      II.2.4) Description of procurement: Description of procurement: This category is in place for businesses who have expressed a desire to grow or improve their practices but do not neatly fit into a specific support specialism.

Therefore consultants applying to deliver this Lot will need to have a wide ranging knowledge across all areas of the business and do a level of diagnostic work to see what is needed.

Support Activities could therefore include business planning, high level financial planning (non accountancy accredited) e.g. looking at pricing, existing financial forecasts and budget. As well as sales and marketing strategy and other operational areas of the business.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 16,875       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 22       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: There is no guarantee of the volume of work, or if call-off contracts will be awarded for any or all Lots, during the lifetime of the DPS
II.2.6) Estimated value - this is an estimate because how we spend the funding between Lots 2-9 will be dictated by demand       
II.2) Description Lot No. 3
      
      II.2.1) Title: Financial Planning & Accessing Finance       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      72224000 - Project management consultancy services.
      
      II.2.3) Place of performance:
      UKG21 Telford and Wrekin
      
      II.2.4) Description of procurement: Financial planning support provided under this Lot would be from certified Accountants to offer specialist financial advice and guidance on detailed forecasting and budgeting.

Accessing finance advice and guidance can be provided by any consultant or broker that can demonstrate expertise and knowledge in this area as part of the process. As well as other finance options they will need to understand the grants that are available locally and refer these to Invest Telford Team where appropriate.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 16,875       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 22       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: There is no guarantee of the volume of work, or if call-off contracts will be awarded for any or all Lots, during the lifetime of the DPS
II.2.6) Estimated value - this is an estimate because how we spend the funding between Lots 2-9 will be dictated by demand       
II.2) Description Lot No. 4
      
      II.2.1) Title: Social enterprise and CICs       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      72224000 - Project management consultancy services.
      
      II.2.3) Place of performance:
      UKG21 Telford and Wrekin
      
      II.2.4) Description of procurement: Consultant that specialises in Social Enterprises and CICs – support could include;
a.Providing advice and guidance to an existing trading business that wants to set up as a Social Enterprise or CIC
b.Providing guidance on sources of finance open to Social Enterprises and CICs
c.Helping business owners understand more about what it means to be a social business.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 16,875       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 22       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: There is no guarantee of the volume of work, or if call-off contracts will be awarded for any or all Lots, during the lifetime of the DPS
II.2.6) Estimated value - this is an estimate because how we spend the funding between Lots 2-9 will be dictated by demand       
II.2) Description Lot No. 5
      
      II.2.1) Title: Digital - Supporting businesses to get online       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      72224000 - Project management consultancy services.
      
      II.2.3) Place of performance:
      UKG21 Telford and Wrekin
      
      II.2.4) Description of procurement: a.Advice and guidance on the creation of new websites or improvement of existing
b.Digital marketing and social media
c.Advice on the creation of apps or similar
d.Advice on staying safe online - cyber security
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 16,875       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 22       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: There is no guarantee of the volume of work, or if call-off contracts will be awarded for any or all Lots, during the lifetime of the DPS
II.2.6) Estimated value - this is an estimate because how we spend the funding between Lots 2-9 will be dictated by demand       
II.2) Description Lot No. 6
      
      II.2.1) Title: Digital - Implementation of systems       
      Lot No: 6       
      II.2.2) Additional CPV codes:
      72224000 - Project management consultancy services.
      
      II.2.3) Place of performance:
      UKG21 Telford and Wrekin
      
      II.2.4) Description of procurement: a.Advice and guidance on implementing CRMS, new stock control systems or other relevant digital systems
b.Advice on moving towards systems certifications
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 16,875       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 22       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: There is no guarantee of the volume of work, or if call-off contracts will be awarded for any or all Lots, during the lifetime of the DPS
II.2.6) Estimated value - this is an estimate because how we spend the funding between Lots 2-9 will be dictated by demand       
II.2) Description Lot No. 7
      
      II.2.1) Title: Operational effectiveness       
      Lot No: 7       
      II.2.2) Additional CPV codes:
      72224000 - Project management consultancy services.
      
      II.2.3) Place of performance:
      UKG21 Telford and Wrekin
      
      II.2.4) Description of procurement: Advice and guidance on the implementation of relevant new processes and systems to increase efficiency and effectiveness.
This activity may specifically support effective Supply Chain Management for example when the new process and systems relate to the flow of goods, data, and finances related to a product or service, from the procurement of raw materials to the delivery of the product at its final destination.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 16,875       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 22       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: There is no guarantee of the volume of work, or if call-off contracts will be awarded for any or all Lots, during the lifetime of the DPS
II.2.6) Estimated value - this is an estimate because how we spend the funding between Lots 2-9 will be dictated by demand       
II.2) Description Lot No. 8
      
      II.2.1) Title: Sales and Marketing       
      Lot No: 8       
      II.2.2) Additional CPV codes:
      72224000 - Project management consultancy services.
      
      II.2.3) Place of performance:
      UKG21 Telford and Wrekin
      
      II.2.4) Description of procurement: a.Advice and guidance on improved sales techniques to increase turnover
b.Advice and guidance on marketing practices
c.Creation of sales and marketing strategies

Please note that all activities delivered through this Lot must upskill the business owner and isn’t hours of time to deliver specific marketing work or campaigns.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 16,875       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 22       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: There is no guarantee of the volume of work, or if call-off contracts will be awarded for any or all Lots, during the lifetime of the DPS
II.2.6) Estimated value - this is an estimate because how we spend the funding between Lots 2-9 will be dictated by demand       
II.2) Description Lot No. 9
      
      II.2.1) Title: Energy Efficiency and Sustainability       
      Lot No: 9       
      II.2.2) Additional CPV codes:
      72224000 - Project management consultancy services.
      
      II.2.3) Place of performance:
      UKG21 Telford and Wrekin
      
      II.2.4) Description of procurement: Helping businesses reduce their environmental impact and work towards being carbon neutral;
Specific activities could include;
a.Guidance to understand environmental legal obligations.
b.Provision of an environmental action plan consisting of short and long-term goals
c.Analysis of the initial environmental action plan and research further optional solutions (guidance, funding, other support channels).
d.1-2-1 support on how to get started with the environmental action plan.
e.A carbon foot printing advisory session could be included if the businesses wanted to calculate this.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 16,875       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 22       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: There is no guarantee of the volume of work, or if call-off contracts will be awarded for any or all Lots, during the lifetime of the DPS
II.2.6) Estimated value - this is an estimate because how we spend the funding between Lots 2-9 will be dictated by demand       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions       
      During the application process for the 1:1 consultancy support, the business will be asked to identify outcomes from the list below, which are “outcome targets” for the programme that the project they are looking to undertake can contribute. These will be tracked and reviewed from the CRM system.

OutcomeProgramme Target
Jobs Created98
Jobs Safeguarded58
No. of new businesses created – none applicable40
Number of businesses introducing new products to the firm10
Number of businesses adopting new to the firm technologies of processes51
Number of businesses with improved productivity81
Number of businesses engaged in new markets20

The application process will also seek to identify other outcomes that will be bespoke to the business as a consequence of the support such as improved ability to plan strategically to more effectively market their business, increasing revenue, upskilled staff or owner etc.

Businesses will then be followed up after completion of the project to report on and supply evidence of a changed state that has been delivered via the support.
This will enable impact analysis to be completed and measurements from the baseline position.

Similarly, other evidence of the interaction will be captured such as reports, photographs etc, this will be a key component of the UK SPF audit trail.          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement:
Not Provided               
         The procurement involves the setting up of a dynamic purchasing system          
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 31/03/2025 Time: 17:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The funding is from the UK Shared Prosperity Fund:
UK Shared Prosperity Fund (UKSPF), succeeds the old EU structural funds. This money will go straight to local places right across England, Scotland, Wales and Northern Ireland to invest in three local priorities; communities and place, support for local businesses and people and skills.
And the Government Department called Department for Business, Energy and Industrial Strategy.

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Telford:-Business-and-management-consultancy-services./87V79QW4N9

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/87V79QW4N9
   VI.4) Procedures for review
   VI.4.1) Review body:
             Telford & Wrekin Council
       Darby House, Lawn Central, Telford, TF3 4JA, United Kingdom
       Tel. +44 1952383998
   VI.4.2) Body responsible for mediation procedures:
             Telford & Wrekin Council
          Darby House, Lawn Central, Telford, TF3 4JA, United Kingdom
          Tel. +44 1952383998
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Telford & Wrekin Council
       Darby House, Lawn Central, Telford, TF3 4LF, United Kingdom
       Tel. +44 1952383998
   VI.5) Date Of Dispatch Of This Notice: 10/05/2023

Annex A


View any Notice Addenda

UK-Telford: Business and management consultancy services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Telford & Wrekin Council
       Darby House, Lawn Central, Telford, TF3 4JA, United Kingdom
       Tel. +44 7794032940, Email: erica.sherry@telford.gov.uk
       Main Address: www.telford.gov.uk
       NUTS Code: UKG21

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Business Support Consultancy Panel      Reference number: Not Provided      
   II.1.2) Main CPV code:
      79410000 - Business and management consultancy services.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: The proposed programme of support (1:1 and 1:many) funded via the UK Shared Prosperity Fund and the Department of Business, Innovation and Skills, will continue to build on the work of 3 successful BEIS funded 121 programmes and past ‘Growth Hub Guru’ workshop programmes. It is the Council’s intention to establish a panel of consultants who will deliver 121 specialist support to a wide range of trading businesses from new start ups through to those with growth aspirations. The scheme will run from mid June 2023 to complete by March 2025 The 1:1 consultancy support will be fully funded to participating SME businesses and will aim to support businesses with the delivery of their aspirations through practical support. However, there will be two other support focuses namely increasing business resilience and to support productivity improvements.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 12/03/2024

VI.6) Original notice reference:

   Notice Reference:    2024 - 584154   
   Notice number in OJ S:    2023/S 000 - 013321
   Date of dispatch of the original notice: 10/05/2023

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: II.1.3          
         Lot No: Not provided          
         Place of text to be modified: https://www.contractsfinder.service.gov.uk/notice/9d650ac2-578a-42cf-813d-a844e5ac518f?origin=SearchResults&p=1          
         Instead of: no longer using DELTA          
         Read: now using In-tend rather than DELTA https://www.contractsfinder.service.gov.uk/notice/9d650ac2-578a-42cf-813d-a844e5ac518f?origin=SearchResults&p=1
                                    
   
VII.2) Other additional information: Telford and Wrekin Council are no longer using DELTA e-sourcing and are now using In-tned. Please see the link below for our new notice. https://www.contractsfinder.service.gov.uk/notice/9d650ac2-578a-42cf-813d-a844e5ac518f?origin=SearchResults&p=1
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Telford:-Business-and-management-consultancy-services./87V79QW4N9

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/87V79QW4N9


View Award Notice