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 |
View Full Notice
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
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