SMART Digital & Productivity Accelerator

Complete

Value

£277,500

Classifications

  • Business analysis consultancy services
  • Project management consultancy services
  • Systems consultancy services
  • Development consultancy services
  • Business and management consultancy and related services
  • Business and management consultancy services
  • Business development consultancy services
  • Production management consultancy services
  • Design consultancy services
  • Miscellaneous business and business-related services

Tags

  • tender

Submission Deadline

4 months ago

Published

6 months ago

Description

The Client is seeking to engage with quality providers to deliver a service that will provide industry specific diagnostics and specialised support to organisations in Wales.  To enable and support Welsh organisations to improve productivity and accelerate NPD through embracing digital technologies, employing an Industry 5.0 approach to create a more resilient and sustainable business base.
The service will cover two types of specialist support:
-Advice on Digital methods for improving Productivity
-Advice on Digital methods for accelerating New Product Development
The main objectives of the service are:
To support Welsh organisations as directed by the Welsh Government, who wish to improve their understanding and use of digital technologies and productivity tools, by introducing relevant actions, technology and expertise.
To introduce new and enhanced digital activities in key areas to support organisations to develop and commercialise new and improved products and processes.
The service will also introduce organisations to the Well-being of Future Generations explaining the relevance of the Sustainable Development principle and the Five Ways of Working.
The successful bidder will be awarded an initial 12-month contract with the option to extend annually  for a further 2 years on a plus 12-months plus 12 months basis. A maximum budget of up to GBP 277,500 per annum (excluding VAT) has been allocated to deliver the contract. Please be aware this is a demand led service, therefore there is no guaranteed level of expenditure. The maximum value is based on historical need for the contract and the maximum funding we have available.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

DMCV 023 - Technical Consultant for Waste Services

The objectives of the procurement are: To address budgetary pressures and deliver financial savings, the Council has the following objectives: •To identify how to extract better value out of the contract and where there may be opportunities for efficiencies and financial savings. •To build on work done to date regarding potential options to increase value from the contract and analyse the pros, cons and potential for efficiencies associated with each option to identify recommendations •To consider any opportunities to negotiate a variation to the contract that represents better value to the Council. •To interrogate the financial models and audit if they are an accurate reflection of the contract and that the payment mechanism is applied correctly. •To project forward, considering pending known legislative changes to forecast their effects on future annual contract gross and net costs. •To consider how the Council can reduce risk and cost exposure to the pending legislation changes to ensure the contract remains fit for purpose. The Contract will be established for an initial period of 2 years with an option to extend for a further period or periods up to a total of 2 years taking the Contract term to a maximum of 4 years. The Contract is intended to start September 2025 or as otherwise agreed. Any subsequent extension to the Contract will be agreed between the Customer and the Service Provider. It is likely that the Customer will seek the Service Provider to demonstrate improvements and/or price reductions before considering an extension. For any extension(s) to the Contract, discussions with the Service Provider shall be conducted sufficiently far in advance of the Contract expiry date to arrive at an agreed position. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Business-and-management-consultancy-services./88D9QV829D To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/88D9QV829D

Katy Reed

Published 1 day ago
Open

Framework for the Installation and Maintenance of Road Lighting, Traffic Signs and Bollards for North East and North Lincolnshire Councils

North East and North Lincolnshire currently operates a 'Framework Agreement' for Street Lighting Term Maintenance Services. This current agreement expires 31 October 2025 and both Authority's are seeking to establish a new Framework Agreement with a suitably qualified and experienced Supplier for " Street Lighting Term Maintenance" services and other related works. The Supplier will be responsible for the following Asset activity within the public highway: Street and Car Park Lighting Festive and feature Lighting - provision, installation, removal and maintenance of Summer and Christmas Illuminations and assistance with official switch on occasions Illuminated and non-illuminated bollards Traffic Signs and Posts CCTV Masts Feeder pillars, cabling and power supply equipment Emergency Call-Out (ECO) service, including Out of Hours and accident damage remedial works in the event of unsafe occurrences Improvement and general works of street lighting, both planned and reactive maintenance of street lighting equipment, illuminated/electrified street furniture, including lamp columns, road signs, bollards, traffic monitoring equipment, duct/cable laying, electrical fittings, etc. • Bulk Lamp change • Night time scouting and reporting of defective/non lit equipment • Lighting Central Management System (CMS) • Testing of electrical equipment on the public highway • Testing of structural integrity and fitness for purpose of lamp columns. • Works may include professional services in additional to physical, construction works to support Minor and Major highways and transport schemes These services would only be required to be provided within the geographic boundaries of North Lincolnshire and North East Lincolnshire. The tender is divided into lots Lot 1 - North East Lincolnshire Council Lot 2 - North Lincolnshire Council . One tenderer will be appointed for each lot. However, tenderers can bid for one or both lots.

Katy Reed

Published 1 day ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete