Capital Ambition Programme Leadership Support
London Councils invites Bids for the provision of a Contract for Strategic Consultancy for Capital Ambition Programme Leadership Support.
UK-London: business and management consultancy and related services
2012/S 40-065053
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London Councils
59½ Southwark Street
Contact point(s): London Councils
For the attention of: Mark Smith, Programme Support Officer
SE1 0AL London
UNITED KINGDOM
Telephone: +44 2079349968
E-mail: capitalambitiontenders@londoncouncils.gov.uk
Internet address(es):
General address of the contracting authority: http://www.londoncouncils.gov.uk
Electronic access to information: http://www.londoncouncils.gov.uk/aboutus/invitationtotender
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
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Strategic Consultancy for Capital Ambition Leadership Support Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: London.
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
London Councils invites Bids for the provision of a Contract for Strategic Consultancy for Capital Ambition Programme Leadership Support. Capital Ambition is London’s Regional Improvement and Efficiency Partnership (RIEP) and a formal part of London Councils. It was formed in April 2008 by bringing together the London Centre of Excellence, London Connects, the Improvement and Employment Division of London Councils and London’s Improvement Partnership. The role that is being out-sourced via this procurement is the Capital Ambition Programme leadership support/ facilitator/ catalyst role, operating as a ‘broker’ between the private and public sectors in London. The principal task of the CA Leadership Support role is to bring together partnerships of boroughs and commercial firms in order to leverage the maximum synergy from the potential for collaborative projects between the public and private sectors in London.
NOTE: To register your interest in this notice please send an email to the contact address by Saturday 31.3.2012.
Pre-Qualification Questionnaires should be completed and submitted by noon on Friday 20 April.
II.1.6)Common procurement vocabulary (CPV)
79400000, 79410000, 79411000, 79413000, 79420000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT: Up to 250 000 GBP in year one, years 2-3 subject to negotiation. To be discussed with bidders during the Competitive Dialogue stage.
II.2.2)Information about options
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 24 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Starting 7.1.2013. Completion 6.1.2016
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
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:
As set out within the contract conditions.
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: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As set out in Directive 2004/18/EC – Articles 45 to 51.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As in III.2.1. This will be supplemented by information provided in the Pre Qualification Questionnaire. Tenderers must have sufficient economic and financial capacity to enable them to perform the contract in compliance with the contractual provisions. If, due to information supplied, London Councils has serious doubts about a tenderer’s financial capacity, or if this is clearly insufficient for performance of the contract, the tender may be rejected without the tenderer being able to claim any financial compensation.
Please refer to the CA Leadership Support Preliminary Qualification Questionnaire available to download from
http://www.londoncouncils.gov.uk/aboutus/invitationtotender.
Minimum level(s) of standards possibly required: Please refer to the CA Leadership Support Preliminary Qualification Questionnaire available to download from http://www.londoncouncils.gov.uk/aboutus/invitationtotender.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Tenderers must have sufficient technical and professional capacity to enable them to perform the contract in compliance with the contractual provisions. If, in view of information supplied, London Councils has serious doubts about a tenderer’s technical and professional capacity, or if this is clearly insufficient for the performance of the contract, the tender may be rejected without the tenderer being able to claim any financial compensation. The Pre Qualification Questionnaire will provide details of the information and minimum standards required for technical capacity and capability, and for quality assurance.
Please refer to the CA Leadership Support Preliminary Qualification Questionnaire available to download from
http://www.londoncouncils.gov.uk/aboutus/invitationtotender.
Minimum level(s) of standards possibly required:
Please refer to the CA Leadership Support Preliminary Qualification Questionnaire available to download from http://www.londoncouncils.gov.uk/aboutus/invitationtotender.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
competitive dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 3: and maximum number 6
Objective criteria for choosing the limited number of candidates: London Councils intends to invite up to 6 applicants to engage in competetive dialogue on the basis of the highest scores accorded to the responses in the Pre-Qualification Questionnaire.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 19.4.2012 – 17:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
31.3.2012 – 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
25.6.2012
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Contact your legal advisor.