Business Support Contract for Applicants and Grant Holders
The Big Lottery Fund is seeking a Service Provider who will offer specialist business support services to grant holders and applicants.
United Kingdom-London: Corporate governance rating services
2016/S 058-097949
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Big Lottery Fund (London)
1 Plough Place
Contact point(s): Procurement Team
EC4A 1DE London
UNITED KINGDOM
Telephone: +44 2072113779
Internet address(es):
General address of the contracting authority: http://www.biglotteryfund.org.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA22842
Electronic access to information: https://www.biglotteryfund.org.uk/about-big/tender-opportunities
Electronic submission of tenders and requests to participate: https://www.biglotteryfund.org.uk/about-big/tender-opportunities
Further information can be obtained from: Big Lottery Fund (London)
1 Plough Place
EC4A 1DE London
UNITED KINGDOM
Telephone: +44 2072111800
E-mail: Procurement@biglottery.org.uk
Internet address: http://www.biglotteryfund.org.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Big Lottery Fund (London)
1 Plough Place
EC4A 1DE London
UNITED KINGDOM
Telephone: +44 2072111800
Internet address: http://www.biglotteryfund.org.uk
Tenders or requests to participate must be sent to: Big Lottery Fund (London)
1 Plough Place
EC4A 1DE London
UNITED KINGDOM
Telephone: +44 2072111800
Internet address: http://www.biglotteryfund.org.uk
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: Scotland.
NUTS code UKM
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)
The Big Lottery Fund seeks to appoint an external Service Provider that will give grant holders and applicant’s access to reliable, consistent and high-quality advice from people who have specialist skills and experience in business accounting, management, governance and risk.
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland web site at:http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=437659
II.1.6)Common procurement vocabulary (CPV)
79212110, 66122000, 98110000, 72221000, 79996000, 79400000, 79411100
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT: 560 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial ability
In order for us to carry out this assessment please provide copies of the last 2 years 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.
If you are unable to submit the information requested above for the most recent financial year because such information is not yet audited, please submit management accounts for that period.
III.2.3)Technical capacity
— The Fund requires all bidders to have a minimum of 3 years relevant experience successfully delivering projects similar to the 1 required under this ITT and described in Section 2 of the ITT.
— Bidders must have a formal quality management system in place.
— Bidder has submitted a complete tender that accords with every instruction and requirement set out in this ITT.
— Bidder has completed Parts III and IV of Annex 5 of the ITT and confirmed none of the circumstances set out there in apply.
— The Bidder’s Total Costs in Table A over 3 years must not exceed 145 000 GBP (including VAT and expenses) for the fixed element of the services.
— The Bidder’s Total Costs in Table B over 3 years must not exceed 555 000 GBP (including VAT and expenses) for the call-off element of the services.
— Bidders whose costs exceed these amounts will be excluded from further consideration in the tender process.
— The Bidder’s Contract Management costs does not exceed 10 % of the total contract value (fixed services and the call-off services).
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.3.4)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
The ITT is available to download here: https://www.biglotteryfund.org.uk/about-big/tender-opportunities
(SC Ref:437659).
VI.4.1)Body responsible for appeal procedures
The High Court, The Royal Courts of Justice
WC4A2LL London
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: