Big Lottery Fund: Place-based Social Action support contractor - BIG001-0837

  Big Lottery Fund is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Place-based Social Action support contractor - BIG001-0837
Notice type: Contract Notice
Authority: Big Lottery Fund
Nature of contract: Services
Procedure: Open
Short Description: Place-Based Social Action (PBSA) is a joint £4.5m programme between the Department for Digital, Culture, Media and Sport (DCMS) and The Fund. PBSA aims to create positive change through enabling citizens, communities, local non-statutory organisations and the statutory sector to work collaboratively to create a shared and sustainable vision for the future of their place , and address common causes through social action. This Invitation to Tender (ITT) seeks to award a contract for Phase 1 and Phase 2 for a support contractor.
Published: 17/10/2017 09:29
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-London: Project management consultancy services.
Section I: Contracting Authority
      I.1) Name and addresses
             Big Lottery Fund
             1 Plough Place, London, EC4A 1DE, United Kingdom
             Email: procurement@biglotteryfund.org.uk
             Contact: Procurement Manager
             Main Address: https://www.biglotteryfund.org.uk/, Address of the buyer profile: https://www.delta-esourcing.com/respond/W6MSHT268F
             NUTS Code: UK
      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: http://www.delta-esourcing.com/tenders/UK-UK-London:-Project-management-consultancy-services./W6MSHT268F
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/W6MSHT268F 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
            Body governed by public law
      I.5) Main activity
            Other activity:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Place-based Social Action support contractor - BIG001-0837       
      Reference Number: BIG001-0837
      II.1.2) Main CPV Code:
      72224000 - Project management consultancy services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Place-Based Social Action (PBSA) is a joint £4.5m programme between the Department for Digital, Culture, Media and Sport (DCMS) and The Fund.

PBSA aims to create positive change through enabling citizens, communities, local non-statutory organisations and the statutory sector to work collaboratively to create a shared and sustainable vision for the future of their place , and address common causes through social action.

This Invitation to Tender (ITT) seeks to award a contract for Phase 1 and Phase 2 for a support contractor.       
      II.1.5) Estimated total value:
      Value excluding VAT: 333,333       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Place-Based Social Action (PBSA) is a joint £4.5m programme between the Department for Digital, Culture, Media and Sport (DCMS) and The Fund.

PBSA aims to create positive change through enabling citizens, communities, local non-statutory organisations and the statutory sector to work collaboratively to create a shared and sustainable vision for the future of their place , and address common causes through social action.

This Invitation to Tender (ITT) seeks to award a contract for Phase 1 and Phase 2 for a support contractor.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Provide detailed methodology that resonds to the requirements set out in Section Two / Weighting: 20
            Quality criterion - Name: Detail proposed delivery team, & the skills that will be available & how these will be relevant to the delivery. State cleary what roles & resource allcoations / Weighting: 20
            Quality criterion - Name: Provide clear, comprehensive & realistic timeline, which incorporates all activities during the contract. Timeline should reflect proposals for service delivery submitted. / Weighting: 20
            Quality criterion - Name: Detail your approach to quality assurance for the service & how you will monitor quality inc. Equality & Diversity / Weighting: 5
            Quality criterion - Name: Work with places to support collection & analysis of data; ensure learning is shared between partnerships & support given to max. best pratice; work with Evaluation Contractor / Weighting: 15
            Quality criterion - Name: Identify/analyse main risks to the delivery of this contract to time & budget, and your proposals for mitigating/managin them / Weighting: 10
                        
            Cost criterion - Name: Total fixed cost price for undertaking the requirement / Weighting: 10
                              
      II.2.6) Estimated value:
      Value excluding VAT: 333,333       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: No       
      Description of renewals: 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: Not provided       


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:          
      Refer to the ITT for full specification    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      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    
      Selection criteria as stated in the procurement documents
      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       
      Refer to the ITT for full specification          
      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 OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         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: 21/11/2017 Time: 12:00
            
      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:
         Duration in month(s): 4
      
      IV.2.7) Conditions for opening of tenders:
         Date: 21/11/2017
         Time: 12:10
      

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 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-London:-Project-management-consultancy-services./W6MSHT268F

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/W6MSHT268F
   VI.4) Procedures for review
   VI.4.1) Review body:
             Big Lottery Fund
       1 Plough Place, London, EC4A 1DE, United Kingdom
       Email: procurement@biglotteryfund.org.uk
       Internet address: https://www.biglotteryfund.org.uk/
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The Contracting Authority will incorporate a standstill period of 10 calendar days at the point the information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. Further information is set out in the Public Contracts Regulation 2015 (as amended).    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 17/10/2017

Annex A


View any Notice Addenda

View Award Notice

UK-London: Project management consultancy services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Big Lottery Fund
       1 Plough Place, London, EC4A 1DE, United Kingdom
       Email: procurement@biglotteryfund.org.uk
       Contact: Procurement Manager
       Main Address: https://www.biglotteryfund.org.uk/, Address of the buyer profile: https://www.delta-esourcing.com/respond/W6MSHT268F
       NUTS Code: UK

   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.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Other activity: Non Departmental Public Body

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Place-based Social Action support contractor - BIG001-0837            
      Reference number: BIG001-0837

      II.1.2) Main CPV code:
         72224000 - Project management consultancy services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Place-Based Social Action (PBSA) is a joint £4.5m programme between the Department for Digital, Culture, Media and Sport (DCMS) and The Fund.

PBSA aims to create positive change through enabling citizens, communities, local non-statutory organisations and the statutory sector to work collaboratively to create a shared and sustainable vision for the future of their place , and address common causes through social action.

This Invitation to Tender (ITT) seeks to award a contract for Phase 1 and Phase 2 for a support contractor.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 333,333
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Place-Based Social Action (PBSA) is a joint £4.5m programme between the Department for Digital, Culture, Media and Sport (DCMS) and The Fund.

PBSA aims to create positive change through enabling citizens, communities, local non-statutory organisations and the statutory sector to work collaboratively to create a shared and sustainable vision for the future of their place , and address common causes through social action.

This Invitation to Tender (ITT) seeks to award a contract for Phase 1 and Phase 2 for a support contractor.

      II.2.5) Award criteria:
      Quality criterion - Name: Provide detailed methodology that resonds to the requirements set out in Section Two / Weighting: 20
      Quality criterion - Name: Detail proposed delivery team, & the skills that will be available & how these will be relevant to the delivery. State cleary what roles & resource allcoations / Weighting: 20
      Quality criterion - Name: Provide clear, comprehensive & realistic timeline, which incorporates all activities during the contract. Timeline should reflect proposals for service delivery submitted. / Weighting: 20
      Quality criterion - Name: Detail your approach to quality assurance for the service & how you will monitor quality inc. Equality & Diversity / Weighting: 5
      Quality criterion - Name: Work with places to support collection & analysis of data; ensure learning is shared between partnerships & support given to max. best pratice; work with Evaluation Contractor / Weighting: 15
      Quality criterion - Name: Identify/analyse main risks to the delivery of this contract to time & budget, and your proposals for mitigating/managin them / Weighting: 10
                  
      Cost criterion - Name: Total fixed cost price for undertaking the requirement / Weighting: 10
            

      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.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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
       Not Provided
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: 2017/S 201-413868    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 11/12/2017

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Locality UK
             33 Corsham Street, London, N1 6DR, United Kingdom
             Internet address: www.locality.org.uk
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             New Economics Foundation
             10 Salamanca Place, London, SE1 7HB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Co-operatives UK Ltd
             Hokyoake House, Hanover Street, Manchester, M60 0AS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 250,000          
         Total value of the contract/lot: 247,208
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  
         Short description of the part of the contract to be subcontracted:
          Learning Programme, Relationship Management, Input into Peer to Peer Network Design, Relationship Management, working with evaluator          
Section VI: Complementary information

   VI.3) Additional information: 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=296404436

   VI.4) Procedures for review

      VI.4.1) Review body
          Big Lottery Fund
          1 Plough Place, London, EC4A 1DE, United Kingdom
          Email: procurement@biglotteryfund.org.uk
          Internet address: https://www.biglotteryfund.org.uk/

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Contracting Authority will incorporate a standstill period of 10 calendar days at the point the information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. Further information is set out in the Public Contracts Regulation 2015 (as amended).

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 10/01/2018