Service Redesign and Financial and Cost Benefit Analysis Consultancy for Westminster City Council
450 consultant days maximum comprising 200 days (Lot 1) and 250 days (Lot 2).
United Kingdom-London: Business services: law, marketing, consulting, recruitment, printing and security
2014/S 233-410903
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Westminster City Council
Strategic and Commercial Procurement, 13th Floor West, City Hall
For the attention of: David Golledge
SW1E 6QP London
UNITED KINGDOM
Telephone: +44 2076415429
E-mail: dgolledge@westminster.gov.uk
Internet address(es):
General address of the contracting authority: https://www.westminster.gov.uk/
Address of the buyer profile: https://www.capitalesourcing.com
Electronic access to information: https://www.capitalesourcing.com
Electronic submission of tenders and requests to participate: https://www.capitalesourcing.com
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: Various sites across the UK.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
79000000, 79411000, 79310000, 79416000, 79200000, 79419000, 79300000, 79900000, 79412000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 250 000 and 300 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Service Re-Design Consultancy
1)Short description
Activities and deliverables will include preparation, facilitation and analysis of customer journey mapping, undertaking of interviews and focus groups with front-line staff to understand the constraints of the current activities, assessment of current activities that address the issue in terms of service types, cohort numbers and cost, undertaking of secondary analysis of national and international good practice, obtain stakeholder agreement on the design principles for the new services, preparation and facilitation of workshops and analysis of outputs to devise the ‘to be’ high level process, design of a target operating model that provides adequate information to enable the cost benefit analysis and support a business case, and support in implementing business cases after final due diligence and support has been granted.
2)Common procurement vocabulary (CPV)
79000000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
This tendering exercise is being undertaken using the electronic tendering system ‘capitalESourcing’ (url: www.capitalesourcing.com).
Suppliers will need to register an interest on the system in order to participate, and registration is free.
Lot No: 2Lot title: Financial Modelling, Analysis and Cost Benefit Analysis Consultancy
1)Short description
Key outputs/deliverables will include reviewing project objectives to identify key outcomes to be modelled, case-making of the merits of a Cost Benefit Analysis approach and Evaluation frameworks to senior decision makers in the local authority and partner organisations, identification of data sources to quantify the needs of the cohort to be worked with, and the benefits of the project, literature review to fill any local data in local data, or liaison with academic or practitioner subject matter experts to identify the best assumptions to use, top-down or bottom-up costing of projects, identification of future evaluation needs to track progress and success of the projects as they are delivered, completion of excel Cost Benefit Analysis models, further financial analysis including cash flow analysis for each partner, production of reports and presentations to outline key outputs of the modelling, comparison of findings across the places, dissemination of findings to local partners, and delivery of CBA and evaluation training and workshops.
2)Common procurement vocabulary (CPV)
79000000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
This tendering exercise is being undertaken using the electronic tendering system ‘capitalESourcing’ (url: www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate, and registration is free.
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
A full list of these criteria are at:
http://www.supply4london.gov.uk/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Minimum levels (where applicable) will be specified in the Pre-Qualification Questionnaire.
III.2.3)Technical capacity
Initial assessment will be by means of a Pre-Qualification Questionnaire (PQQ). Copies of the questionnaire are available from the address in I.1 and must be completed and returned to that address by the deadline in IV.3.4.
Minimum level(s) of standards possibly required:
Minimum levels (where applicable) will be specified in the Pre-Qualification Questionnaire.
III.3.1)Information about a particular profession
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.3)Additional information
This tendering exercise is being undertaken using the electronic tendering system ‘capitalESourcing’ (url: www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate, and registration is free.
VI.4.1)Body responsible for appeal procedures
High Court
Royal Courts of Justice, The Strand
WC2A 2LL London
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: