European Social Fund Participants Survey
A 2+1 year quarterly rolling, Welsh and English language bilingual survey.
United Kingdom-Merthyr Tydfil: Survey services
2016/S 065-111757
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Corporate Procurement Services, Rhydycar Business Park
Merthyr Tydfil
CF48 1UZ
UNITED KINGDOM
Telephone: +44 3000603300
E-mail: CPSProcurementAdvice@wales.gsi.gov.uk
NUTS code: UKLInternet address(es):Main address: http://wales.gov.uk/?skip=1&lang=enAddress of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0007
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
European Social Fund Participants Survey.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
A 2+1 year quarterly rolling, Welsh and English language bilingual survey (primarily telephone with some face to face interviews) of up to 24 000 individuals assisted by the ESF Programme in Wales.
Note: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales athttp://www.sell2wales.gov.wales/search/search_switch.aspx?ID=41235
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Wales.
II.2.4)Description of the procurement:
The aim of the contract is to provide WEFO and its partner organisations with timely, robust information on the outcomes of the European Social Fund for people across Wales. The information must be provided in an accessible format which can be shared and analysed by a wide range of stakeholders at programme, priority, specific objective, operation ‘type’ and individual operation level using a variety of evaluation methods.
The aims of the contract will be achieved through conducting the ESF Participants Survey on a quarterly rolling basis with randomly selected individuals supported by ESF and recorded as ESF participants through the WEFO participant databases.
The main objectives are:
— to achieve a minimum combined sample size (including both telephone and face-to-face interviews) of 6,000 ESF respondents annually (16-17, 17-18,18-19);
— to achieve an additional 4 000 respondents in the first survey year. This should cover participants from the last years of the 2007-13 programmes and participants from the first year of the 2014-20 programmes;
— to achieve a sufficient number of responses from each operation within the sample to allow sub-group analysis at operation level. This will be required by end 2017 for some operations;
— to ensure that the telephone and face to face survey data are collected in a way that means the results can be incorporated into a single dataset, minimising any mode effects;
— to design the survey in such a way that will allow ‘boosts’ to the number of participants surveyed or additional questions for particular operations (where the design of that operation’s outcome evaluation will require a larger quantity of data and / or questions not covered by the main survey);
— to achieve a representative sample at investment priority level (which is an EC requirement) and ideally at operation level (to allow robust operation evaluations), for each of the key indicators across multiple variables (those related to gender, employment status, age, level of education and household situation — also including specific disadvantages and geographical location where relevant);
— as well as providing annual estimates, for the survey to be sufficiently representative within quarters to support estimates based on each quarter of fieldwork;
— to collect high-quality data and to achieve a response rate which is equal to or exceeds those obtained for surveys with similar designs (previous ESF surveys have achieved a response rate of 40 % to 50 %);
— for the survey to be based on the questionnaire used in the 2007-13 programme, but in a modular format, capable of collecting different modules of data from different groups of participants;
— to be flexible and responsive to changing policy priorities through the potential adaptation / addition of survey modules between quarterly surveys;
— to deliver final, bilingual, weighted datasets and data summaries at operation, specific objective, investment priority, priority axis and programme level within six weeks of the completion of each 4 week fieldwork period. Data summaries will be presented for responses achieved in that quarter and cumulatively for the fieldwork year;
— for the data to collected, handled and delivered in a manner which meets all requirements of the Welsh Government data sharing and data security protocols;
— for all aspects of the survey and survey outputs to meet the Welsh Language Standards, treating the Welsh Language on the basis of equality with the English Language.
The contract for the survey will be managed by the Research. Monitoring and Evaluation Team within WEFO, referred to throughout this Invitation to Tender (ITT) as ‘the Client’.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is also an optional 12 months contract extension, the estimated cost is including the cost for the optional contract extension. the optional 12 months extension is in addition to the 28 months initial contract term.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The indicative budget for the initial contract term and also the optional 12 month extension is between 400 000 and 600 000 GBP.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
3 years if applicable.
VI.2)Information about electronic workflows
VI.3)Additional information:
The indicative total budget for this contract is 400 000 to 600 000 GBP, which includes the cost the optional 12 month extension if applicable.
E-Tender Information:
https://etenderwales.bravosolution.co.uk
— The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation.
— Registration involves accepting a User Agreement, and providing basic information about your Organisation and about the User performing the Registration.
— The User who performs the Registration becomes the Super User for the Organisation.
— On registering on the Platform the Super User will select a Username and will receive a password.
— The Password will be sent by e-mail to the email address that was specified in the User Details section of the Registration page.
— In order to log-in to the Platform please enter your Username and Password.
— Note: If you forget your Password then visit the homepage and click ‘Forgot your password?’
— Registration should only be performed once for each Organisation.
— If you think that someone in your Organisation may have already registered on this Platform then you must not register again.
— Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform.
— Contact the Helpdesk immediately if you are unable to contact the Super User (for example if they have left your Organisation).
— Note: If your Organisation is already registered on the Platform then you must not make any additional registration.
Please contact the Helpdesk to gain access to the Platform.
— Tenders must be uploaded to the BravoSolution portal by 2pm
How to find the ITT:
— Once logged in you must click on ‘ITT’s Open to all Suppliers’
— The etender references for this contract are: project_32671 and itt_52683.
— Click on the title to access summary details of the contract. If you are still interested in submitting a tender, click the ‘Express an Interest button’. This will move the ITT from the ‘Open to all Suppliers’ area to the ‘My ITT’s’ on the home page.
— You will then see the full details of the ITT in the qualification and technical envelopes along with any relevant documents in the ‘Attachments’ area.
— Should you have any questions on the ITT, please use the ‘Messages’ area to contact the buyer directly — Please do not contact the named person at the top of this notice.
(WA Ref:41235)
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
The Client is actively seeking community benefits within all contracts that it lets. These should be economic or social benefits that positively impact upon the citizens of Wales and can include apprenticeships, work experience, training, linking to local schools and colleges etc., to name but a few.
Bidders will be required to provide a Community Benefits plan. This is not scored but is a mandatory requirement, in line with Welsh Government policy.
VI.4.1)Review body
Corporate Procurement Services, Rhydycar Business Park
Merthyr Tydfil
CF48 1UZ
UNITED KINGDOM
Telephone: +44 3000603300Internet address:http://wales.gov.uk/?skip=1&lang=en
VI.5)Date of dispatch of this notice:
Related Posts
Market Research Contract Northern Ireland