Big Lottery Fund Learning and Support Services
Under Lot 1 — Learning and Support services requirements the Fund requires the following services:
— Support to projects in receipt of development grants to include community engagement and empowerment, asset mapping, business and sustainable development planning.
United Kingdom-London: Research and development services and related consultancy services
2015/S 225-409945
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Big Lottery Fund
1 Plough Place
Contact point(s): Procurement team
EC4A 1DE London
UNITED KINGDOM
Telephone: +44 2072113736
E-mail: procurement@biglotteryfund.org.uk
Internet address(es):
General address of the contracting authority: http://www.biglotteryfund.org.uk/
Electronic access to information: http://www.biglotteryfund.org.uk/index/about-uk/procurement_portal.htm
Electronic submission of tenders and requests to participate: http://www.biglotteryfund.org.uk/about-big/tender-opportunities
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: Big Lottery Fund
1 Plough Place
For the attention of: Marilyn Dent
EC4A 1DE London
UNITED KINGDOM
Telephone: +44 2072113779
E-mail: procurement@biglotteryfund.org.uk
Internet address: http://www.biglotteryfund.org.uk/about-big/tender-opportunities
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 27: Other services
Main site or location of works, place of delivery or of performance: Wales wide.
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)
Lot 1 is for learning and support Services and Lot 2 is for evaluation Services. Bidders are welcome to apply for 1 or both lots.
The Create your Space Programme which is due to be launched in January 2016 has the aim of ‘Bringing people together to help them shape and lead the transformation of their local natural environment’ (the ‘Programme’). The Programme outcomes will be as follows:
1. People are fully involved in shaping the transformation of their local outdoor spaces and genuine strong partnerships have been formed with local organisations.
2. By enabling people to transform the way they view and utilise outdoor spaces, they will have the confidence and ability to make informed decisions about their communities with more control over their local environment. have a greater understanding and appreciation of the value of outdoor spaces, in particular their contribution to health and well-being, and the potential for creating sustainable economic opportunities.
3. As a result of the Programme and lessons learned, organisations and communities will have the confidence to take action and implement changes and improvements in their communities.
Under Lot 1 — Learning and Support services requirements the Fund requires the following services:
— Support to projects in receipt of development grants to include community engagement and empowerment, asset mapping, business and sustainable development planning;
— Support to grant holders to build the capacity of community members including mobilising and building on people’s strengths/assets, the facilitation of peer mentoring, the levering in of pro bono support where it is appropriate and support to consider and plan for the long term sustainability of the project;
— Facilitation of a network and knowledge sharing to enable grant holders to come together to share learning, expertise and experiences;
— Feeding into and supporting grant holders to use the Fund’s on-line community to enable grant holders to share knowledge, learning and expertise.
Under Lot 2 — Evaluation Services requirements the Fund requires the following services:
— work with grant holders to develop appropriate evaluation tools to enable the grant holders to assess their impact, recognise their achievements, identify incidental and multiple outcomes, learn lessons and effectively communicate their successes;
— facilitate and support an evaluation network linked to the learning and support network to share learning from project evaluations and develop an evidence base of what works in developing community led responses to transforming outdoor spaces;
— undertake an impact study of the programme including interim reports at key points for dissemination to key stakeholders to be agreed with the Fund.
Further details are set out in the ITT available on the Fund’s procurement page and on Contracts Finder — please search ‘Create your Space: Support, Learning and Evaluation; Ref: BIG001-0658’.
II.1.6)Common procurement vocabulary (CPV)
73000000
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:
Lot 1 — Learning and Support services requirements.
Contract term: 7 Years.
Affordability Cap: 252 000 GBP (Inclusive of VAT and expenses). Bids in excess of this figure will be excluded from further consideration in this tender process.
Lot 2 — Evaluation Services requirements.
Contract term: 7 Years.
Affordability Cap: 149 300 GBP (Inclusive of VAT and expenses). Bids in excess of this figure will be excluded from further consideration in this tender process.
The term of both Lot 1 and 2 Contracts shall be seven years from the start of actual service delivery (estimated as 1.6.2016) and the Fund shall have the option to extend for up to a further 3 years. If the Fund exercises the right to extend the cost of the extension for a relevant lot will be based on the fees submitted by a successful bidder in their tender response for a relevant lot and will be calculated pro-rata accordingly.
Estimated value excluding VAT:
Range: between 335 000 and 477 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: Range: between 1 and 3
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Learning and Support services requirements
1)Short description
Affordability Cap: 252 000 GBP (Inclusive of VAT and expenses). Bids in excess of this figure will be excluded from further consideration in this tender process.
The following services are required under this Lot:
— Support to projects in receipt of development grants to include community engagement and empowerment, asset mapping, business and sustainable development planning;
— Support to grant holders to build the capacity of community members including mobilising and building on people’s strengths/assets, the facilitation of peer mentoring, the levering in of pro bono support where it is appropriate and support to consider and plan for the long term sustainability of the project;
— Facilitation of a network and knowledge sharing to enable grant holders to come together to share learning, expertise and experiences;
— Feeding into and supporting grant holders to use the Fund’s on-line community to enable grant holders to share knowledge, learning and expertise.
The outcome of the Services is to build the confidence of grant holders and the associated beneficiaries enabling them to develop new skills, recognise their strengths and grow their capacity to take forward a project to transform their community space based on an asset based community development approach, whilst enabling the grant holders to achieve their outcomes under the Programme.
2)Common procurement vocabulary (CPV)
73000000
3)Quantity or scope
Lot No: 2 Lot title: Evaluation Services requirements
1)Short description
Affordability Cap: 149 300 GBP (Inclusive of VAT and expenses). Bids in excess of this figure will be excluded from further consideration in this tender process.
The following services are required under this lot:
— work with grant holders to develop appropriate evaluation tools to enable the grant holders to assess their impact, recognise their achievements, identify incidental and multiple outcomes, learn lessons and effectively communicate their successes;
— facilitate and support an evaluation network linked to the learning and support network to share learning from project evaluations and develop an evidence base of what works in developing community led responses to transforming outdoor spaces;
— undertake an impact study of the programme including interim reports at key points for dissemination to key stakeholders to be agreed with the Fund.
The outcome of the Services is to build the confidence, skills and grow the capacity of grant holders and associated beneficiaries to enable them to self evaluate their project and work together with other projects to learn from each other. It will assist grant holders to achieve their outcomes, in line with the overall programme outcomes, as set out in paragraph 2 on page 11. The successful bidder will also assess the overall impact of the programme and include an assessment of whether and how the programme outcomes are being achieved and how the programme contributes to the Fund’s vision and the principles set out in the Well being of Future generations (Wales) Act 2015.
2)Common procurement vocabulary (CPV)
73000000
3)Quantity or scope
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
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As stated in the tender documents which can be downloaded at: http://www.biglotteryfund.org.uk/index/about-uk/procurement_portal.htm
and
Contracts Finder — https://www.gov.uk/contracts-finder
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
(1) Bidders are required to have adequate financial standing to perform the services without putting the Authority at risk. The financial ability of bidders will be assessed before their tender is evaluated as follows:
In order for us to carry out this assessment please provide copies of last 2 year’s audited accounts and annual reports to include:
— Balance Sheet;
— Profit and Loss Account and Cost of Sales;
— Full notes to the accounts;
— Director’s report/auditor’s report.
If you are unable to submit the information requested above because your organisation is below the threshold for which audited accounts are required, please submit the following documents instead:
— Balance Sheet;
— Profit and Loss Statement.
Failure to achieve this minimum requirement and pass the financial assessment shall result in the bidder being excluded from further participation in the tender competition.
For relevant lot:
(2) For Lot 1 the Bidder’s Total Costs in Table A do not exceed 252 000 GBP (including VAT and expenses).
For Lot 2 the Bidder’s Total Costs in Table A do not exceed 149 300 GBP (including VAT and expenses).
Bidders whose costs exceed this amount will be excluded from further consideration in the tender process.
III.2.3)Technical capacity
For Lot 1:
(1) The Fund requires the provider to have a minimum of 3 years relevant experience successfully delivering similar projects. Please provide Evidence of 3 years experience of undertaking similar projects (similar in scale, value and complexity) successfully and supporting references demonstrating this. The referee should be prepared to speak to the Fund to confirm the accuracy of the information provided.
For Lot 2:
(1) The Fund requires the provider to have a minimum of 3 years relevant experience successfully delivering similar projects. Please provide Evidence of 3 years experience of undertaking similar projects (similar in scale, value and complexity) successfully and supporting references demonstrating this. Also to support your response please provide a sample of a short and concise report that you have previously created for a support and/or evaluation contract (maximum of 4 pages of A4, arial font 12 report example). The referee should be prepared to speak to the Fund to confirm the accuracy of the information provided.
For both Lot 1 and 2:
(2) As a minimum the bidder must submitted a complete tender that accords with every instruction and requirement set out in this ITT and clearly indicates which Lot(s) it is bidding for.
(3) Bidders must comply with the Welsh Language requirements as set out in paragraph 3.4.5 of the published ITT.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
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
Other: Welsh.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
The High Court, The Royal Courts of Justice
WC4A 2LL London
UNITED KINGDOM
Telephone: +44 207946000
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: