CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 074-142400/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Services
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: West Dunbartonshire Council
Postal address: Garshake Road
Town: Dumbarton
Postal code: G82 3PU
Country: United Kingdom
Contact Person: David Aitken
Telephone: +44 1389737000
Email: david.aitken2@west-dunbarton.gov.uk
Nuts code: UKM31
Internet address(es):
Main address:
Address of the buyer profile:

The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
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:
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: Insurance Services (Excluding Broker Services).

Reference number: WDC 1617-121 (Project: project_7867 – Insurance (Excluding Broker Services)
II.1.2) Main CPV code: 66000000
II.1.3) Type of contract: Services
II.1.4) Short Description: West Dunbartonshire Council are seeking to secure insurance cover (Excluding Broker Services) for themselves, West Dunbartonshire Leisure and the Dunbartonshire and Argyll and Bute Valuation Joint Board, for the following types of insurance:
— Property Damage and Business Interruption, Including Money and Special ‘All Risks’ Property Insured,
— Motor Fleet,
— Casualty, incl. Employers Liability, Public and Products Liability, Officials Indemnity, Libel and Slander,
— Contractor’s All Risks/Own Plant/Hired-in Plant,
— Computer,
— Fidelity Guarantee,
— Group Personal Accident/Travel — Corporate and Off Site Visits,
— Engineering Inspection and Insurance,
— Medical Malpractice,
— West Dunbartonshire Leisure Trust: Combined Insurance as detailed within ITT,
— Valuation Joint Board:Combined Insurance as detailed within ITT,
— Package Lots 1, 2 and 3,
— Package Lots 2 & 3.
II.1.5) Estimated total value:
Value excluding VAT: 6000000.00 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots:13
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:Lot 12: Package lots: 1, 2 and 3 (Property Damage and Business Interruption, Incl. Money and Special ‘All Risks’, Motor Fleet Insurance and Casualty, including Employers Liability/Public and Products Liability, Officials Indemnity, Libel and Slander.
Lot 13: Package Lots 2 and 3 (Motor Fleet Insurance and Casualty, incl. Employers Liability/Public and Products Liability, Officials Indemnity, Libel and Slander.

II.2) Description
II.2.1) Title: Casualty, including Employers Liability/Public and Products Liability, Officials Indemnity, Libel and Slander

Lot No:3
II.2.2) Additional CPV code(s)
66000000

II.2.3) Place of performance
Nuts code: UKM31
II.2.4) Description of the procurement:
West Dunbartonshire Council are seeking to secure insurance cover (Excluding Broker Services) for themselves, West Dunbartonshire Leisure and the Dunbartonshire and Argyll and Bute Valuation Joint Board, through the creation of a contract.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Technical/Weighting:40
Price – Weighting:60
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-08-01End: 2020-07-31
This contract is subject to renewalyes Description of renewals:Option to extend for a further 2 12-month periods. (From 1.8.2020 — 31.7.2021, 1.4.2021 — 31.7.2022) subject to satisfactory performance determined by the Council.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options: 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
II.2.1) Title: Lot 12: Package lots: 1, 2 and 3

Lot No:12
II.2.2) Additional CPV code(s)
66000000

II.2.3) Place of performance
Nuts code: UKM31
II.2.4) Description of the procurement:
West Dunbartonshire Council are seeking to secure insurance cover (Excluding Broker Services) for themselves, West Dunbartonshire Leisure and the Dunbartonshire and Argyll and Bute Valuation Joint Board, through the creation of a contract.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Technical/Weighting:40
Price – Weighting:60
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-08-01End: 2020-07-31
This contract is subject to renewalyes Description of renewals:Option to extend for a further 2 12-month periods. (From 1.8.2020 — 31.7.2021, 1.4.2021 — 31.7.2022) subject to satisfactory performance determined by the Council.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: 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
II.2.1) Title: Lot 13 — Package Lots 2 and 3

Lot No:13
II.2.2) Additional CPV code(s)
66000000

II.2.3) Place of performance
Nuts code: UKM31
II.2.4) Description of the procurement:
West Dunbartonshire Council are seeking to secure insurance cover (Excluding Broker Services) for themselves, West Dunbartonshire Leisure and the Dunbartonshire and Argyll and Bute Valuation Joint Board, through the creation of a contract.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Technical/Weighting:40
Price – Weighting:60
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-08-01End: 2020-07-31
This contract is subject to renewalyes Description of renewals:Option to extend for a further 2 12-month periods. (From 1.8.2020 — 31.7.2021, 1.4.2021 — 31.7.2022) subject to satisfactory performance determined by the Council.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: 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
II.2.1) Title: Motor Fleet Insurance

Lot No:2
II.2.2) Additional CPV code(s)
66000000

II.2.3) Place of performance
Nuts code: UKM31
II.2.4) Description of the procurement:
West Dunbartonshire Council are seeking to secure insurance cover (Excluding Broker Services) for themselves, West Dunbartonshire Leisure and the Dunbartonshire and Argyll and Bute Valuation Joint Board, through the creation of a contract.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Technical/Weighting:40
Price – Weighting:60
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-08-01End: 2020-07-31
This contract is subject to renewalyes Description of renewals:Option to extend for a further 2 12-month periods. (From 1.8.2020 — 31.7.2021, 1.4.2021 — 31.7.2022) subject to satisfactory performance determined by the Council.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options: 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
II.2.1) Title: Contractor’s All Risks/Own Plant/Hired-in Plant Insurance

Lot No:4
II.2.2) Additional CPV code(s)
66000000

II.2.3) Place of performance
Nuts code: UKM31
II.2.4) Description of the procurement:
West Dunbartonshire Council are seeking to secure insurance cover (Excluding Broker Services) for themselves, West Dunbartonshire Leisure and the Dunbartonshire and Argyll and Bute Valuation Joint Board, through the creation of a contract.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Technical/Weighting:40
Price – Weighting:60
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-08-01End: 2020-07-31
This contract is subject to renewalyes Description of renewals:Option to extend for a further 2 12-month periods. (From 1.8.2020 — 31.7.2021, 1.4.2021 — 31.7.2022) subject to satisfactory performance determined by the Council.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options: 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
II.2.1) Title: Computer

Lot No:5
II.2.2) Additional CPV code(s)
66000000

II.2.3) Place of performance
Nuts code: UKM31
II.2.4) Description of the procurement:
West Dunbartonshire Council are seeking to secure insurance cover (Excluding Broker Services) for themselves, West Dunbartonshire Leisure and the Dunbartonshire and Argyll and Bute Valuation Joint Board, through the creation of a contract.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Technical/Weighting:40
Price – Weighting:60
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-08-01End: 2020-07-31
This contract is subject to renewalyes Description of renewals:Option to extend for a further 2 12-month periods. (From 1.8.2020 — 31.7.2021, 1.4.2021 — 31.7.2022) subject to satisfactory performance determined by the Council.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options: 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
II.2.1) Title: Fidelity Guarantee

Lot No:6
II.2.2) Additional CPV code(s)
66000000

II.2.3) Place of performance
Nuts code: UKM31
II.2.4) Description of the procurement:
West Dunbartonshire Council are seeking to secure insurance cover (Excluding Broker Services) for themselves, West Dunbartonshire Leisure and the Dunbartonshire and Argyll and Bute Valuation Joint Board, through the creation of a contract.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Technical/Weighting:40
Price – Weighting:60
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-08-01End: 2020-07-31
This contract is subject to renewalyes Description of renewals:Option to extend for a further 2 12-month periods. (From 1.8.2020 — 31.7.2021, 1.4.2021 — 31.7.2022) subject to satisfactory performance determined by the Council.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options: 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
II.2.1) Title: Group Personal Accident/Travel — Corporate and Off Site Visits

Lot No:7
II.2.2) Additional CPV code(s)
66000000

II.2.3) Place of performance
Nuts code: UKM31
II.2.4) Description of the procurement:
West Dunbartonshire Council are seeking to secure insurance cover (Excluding Broker Services) for themselves, West Dunbartonshire Leisure and the Dunbartonshire and Argyll and Bute Valuation Joint Board, through the creation of a contract.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Technical/Weighting:40
Price – Weighting:60
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-08-01End: 2020-07-31
This contract is subject to renewalyes Description of renewals:Option to extend for a further 2 12-month periods. (From 1.8.2020 — 31.7.2021, 1.4.2021 — 31.7.2022) subject to satisfactory performance determined by the Council.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options: 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
II.2.1) Title: Engineering Inspection and Insurance

Lot No:8
II.2.2) Additional CPV code(s)
66000000

II.2.3) Place of performance
Nuts code: UKM31
II.2.4) Description of the procurement:
West Dunbartonshire Council are seeking to secure insurance cover (Excluding Broker Services) for themselves, West Dunbartonshire Leisure and the Dunbartonshire and Argyll and Bute Valuation Joint Board, through the creation of a contract.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Technical/Weighting:40
Price – Weighting:60
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-08-01End: 2020-07-31
This contract is subject to renewalyes Description of renewals:Option to extend for a further 2 12-month periods. (From 1.8.2020 — 31.7.2021, 1.4.2021 — 31.7.2022) subject to satisfactory performance determined by the Council.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options: 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
II.2.1) Title: Medical Malpractice

Lot No:9
II.2.2) Additional CPV code(s)
66000000

II.2.3) Place of performance
Nuts code: UKM31
II.2.4) Description of the procurement:
West Dunbartonshire Council are seeking to secure insurance cover (Excluding Broker Services) for themselves, West Dunbartonshire Leisure and the Dunbartonshire and Argyll and Bute Valuation Joint Board, through the creation of a contract.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Technical/Weighting:40
Price – Weighting:60
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-08-01End: 2020-07-31
This contract is subject to renewalyes Description of renewals:Option to extend for a further 2 12-month periods. (From 1.8.2020 — 31.7.2021, 1.4.2021 — 31.7.2022) subject to satisfactory performance determined by the Council.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options: 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
II.2.1) Title: WDLT: Combined Insurance (As detailed within ITT)

Lot No:10
II.2.2) Additional CPV code(s)
66000000

II.2.3) Place of performance
Nuts code: UKM31
II.2.4) Description of the procurement:
West Dunbartonshire Council are seeking to secure insurance cover (Excluding Broker Services) for themselves, West Dunbartonshire Leisure and the Dunbartonshire and Argyll and Bute Valuation Joint Board, through the creation of a contract.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Technical/Weighting:40
Price – Weighting:60
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-08-01End: 2020-07-31
This contract is subject to renewalyes Description of renewals:Option to extend for a further 2 12-month periods. (From 1.8.2020 — 31.7.2021, 1.4.2021 — 31.7.2022) subject to satisfactory performance determined by the Council.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options: 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
II.2.1) Title: Property Damage and Business Interruption, Including Money and Special ‘All Risks’ Property Insured

Lot No:1
II.2.2) Additional CPV code(s)
66000000

II.2.3) Place of performance
Nuts code: UKM31
II.2.4) Description of the procurement:
West Dunbartonshire Council are seeking to secure insurance cover (Excluding Broker Services) for themselves, West Dunbartonshire Leisure and the Dunbartonshire and Argyll and Bute Valuation Joint Board, through the creation of a contract.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Technical/Weighting:40
Price – Weighting:60
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-08-01End: 2020-07-31
This contract is subject to renewalyes Description of renewals:Option to extend for a further 2 12-month periods. (From 1.8.2020 — 31.7.2021, 1.4.2021 — 31.7.2022) subject to satisfactory performance determined by the Council.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options: 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
II.2.1) Title: Valuation Joint Board: Combined Insurance (As detailed within ITT)

Lot No:11
II.2.2) Additional CPV code(s)
66000000

II.2.3) Place of performance
Nuts code: UKM31
II.2.4) Description of the procurement:
West Dunbartonshire Council are seeking to secure insurance cover (Excluding Broker Services) for themselves, West Dunbartonshire Leisure and the Dunbartonshire and Argyll and Bute Valuation Joint Board, through the creation of a contract.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Technical/Weighting:40
Price – Weighting:60
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-08-01End: 2020-07-31
This contract is subject to renewalyes Description of renewals:Option to extend for a further 2 12-month periods. (From 1.8.2020 — 31.7.2021, 1.4.2021 — 31.7.2022) subject to satisfactory performance determined by the Council.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options: 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

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:List and brief description of conditions:
Where it is required within a bidder’s country of establishment they must confirm which authorisation or membership of the relevant organisation(s) are required in order to perform this service.
Bidders must confirm if they hold the particular authorisation or membership.
III.1.2) Economic and financial standing
List and brief description of selection criteria: With reference to ESPD questions:
4B.1 and 4B.2 Turnover — supplier must demonstrate and annual turnover for each of the 2 previous years of greater than 2 times the annual value of contract on offer est. 2 600 000 GBP.
4B.4 Ratios — a Pass in any 2 of the 3 ratios as an overall Pass for Economic and Financial standing.
— (Ratio 1) Acid Test — (Current Assets-stock)/Current Liabilities. To pass the Acid Test Ratio question the bidder must have a score of greater than 1.
— (Ratio 2) Return on Capital Employed %– Profit/Capital employed. To pass this question the Council require the bidder to score a positive figure/Percentage.
— (Ratio 3) Current Ratio — Current Assets/Liabilities. To pass this question the Council require the bidder to achieve a score of greater than 1.
WDC will use template WD09 — WDC Financial Vetting Questionnaire v1.0, it is recommended that candidates review their own ratio scores in advance of submitting their tender. In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee WD04 — Parent Company Guarantee refers. Should after review of the financial evaluation of tenderer fail, then the tender submission may be rejected.
Insurance:
Q4B.5.1 — It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the insurance levels listed below.
— Employers (Compulsory)Liability Insurance — 10 000 000 GBP
Q4B5.2
— Public Liability Insurance — 10 000 000 GBP
— Professional Indemnity Insurance — 5 000 000 GBP.
Minimum level(s) of standards possibly required: Tenderers will be licensed to transact business in the UK and authorised by the UK Financial Conduct Authority.
Where a tenderer is a managing agent, a firm commitment to the required insurance cover will be required from the party insuring the risk and who is licensed to transact business in the UK and authorised by the UK Financial conduct authority.
III.1.3) Technical and professional ability:
List and brief description of selection criteria: Minimum level(s) of standards required:
ESPD questions 4C.1.2
These question will be scored in line with “Evaluation Methodology” as detailed in WD01 however a minimum “pass” threshold of 2 acceptable (50 %) must be achieved or the tenderer will have failed to meet the Councils requirements and therefore will not progress to stage 2 award criteria (Technical and Commercial envelopes).
With reference to ESPD question 4C.1.2, bidders will be required to provide 2 examples that demonstrate that they have the relevant experience to deliver WDC and other associated bodies Main Insurance services as described in part II.2.4 of this Contract Notice or the relevant section of the Site Notice.
These examples will be for Insurance Services, which may include local authorities, housing association or social landlords or similar services, with a value similar or greater to West Dunbartonshire Councils annual requirements.
The Council reserves the right to contact any or all of the companies provided in previous examples to ascertain performance and visit their premises, candidates should ensure that companies listed would be willing to discuss the candidates performance with the Council.

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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2017-05-19 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:4(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2017-05-19 Local time: 12:00 Place:West Dunbartonshire Council, Council Offices, Garshake Road, Dumbarton, G82 3PU.

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
Estimated timing for further notices to be published:Contract will run from 1.8.2017 — 31.7.2020 with the option to extend for a further 2 12-month periods (From 1.8.2020 — 31.7.2021 and From 1.8.2021 — 31.7.2022).
IV.2) Information about electronic workflows
VI.3) Additional information:
The document entitled ‘Supplier Certificates and additional Selection Criteria’ are all located within the general attachments area of PCS-T and should be completed and presented at the ‘Request for Documentation’ stage on PCS-T.
1. WD04 Parent Company Guarantee
2. WD05 Non Collusion Certificate
3. WD07 Certificate of Non- Canvassing
4. WD08 FOI Declaration
5. WD09 WDC Financial Vetting Questionnaire
6. WD15 Police Scotland Checks
The above constitutes tender selection criteria and will be scored in line with the ‘Evaluation Methodology’ detailed in WD01.
With reference to information sharing with Police Scotland bidders are required to confirm acceptance to sharing company director’s details at preferred bidder’s status.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 7867.
Community benefits are included in this requirement. For more information refer to ITT.
Note: The buyer is using PCS-Tender to carry out this procurement process. To access PCS-Tender, please visit and search for project code 7867 under the ITTs Open to All suppliers.
Community benefits are included in this requirement. For more information refer to ITT.
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
Due to the nature of the marketplace, sub-contracting has not been considered for this tender.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is Project 7867 — Insurance. For more information see:
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
Market research and broker advice indicates that the supply base won’t be in a position to deliver the requirement via sub-contractors.
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
The Council will utilise community benefits to target benefits that support the Council’s key aim and objectives including but not limited to:
Targeted Recruitment and Training: Offering individuals and young people training, jobs and work experience as part of a contract. Pay for an Insurance Graduate Intern within WDC Insurance Team Supply Chain Initiatives (for local, SMES, Social Enterprises and Voluntary Sector): Offering local companies opportunities to provide goods and/or services as part of a contract.
Young Person Engagement: Giving young people in the area an opportunity to engage in a project. Of most relevance would be projects which are going to affect the area they live in. The engagement can range from young people learning about a project to giving them the opportunity to shape and influence a project thus giving them more say in and connection to the future of their area.
Mentoring: Offer support and guidance to local organisations and individuals.
Social Enterprise: Where a local social enterprise can either be established to service a contract, or an existing social enterprise be supported to deliver on part of a contract.
Community Endowment Fund/Development Trust: Where a financial sum may be made available to implement projects that the community considers to be a priority.
Local Events: Local ownership of a project or service.
Local Sponsorship.
(SC Ref:488047).
VI.4) Procedures for review
VI.4.1) Review body
Official name: West Dunbartonshire Council
Postal address: Garshake Road
Town: Dumbarton
Postal code: G82 3PU
Country: United Kingdom
Telephone: +44 1389737000
Internet address:
VI.5) Date of dispatch of this notice:2017-04-11

Post written by: Andrew Perry

RELATED ARTICLES

UK carrier strike group to sail to India on its maiden deployment

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

CMR

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking