Economic Study for Big Lottery Fund
Fulfilling Lives: A Better Start Economic Study. The Fund wishes to commission a study of the savings that might accrue from investing in prevention in pregnancy and early life.
UK-London: Social research services
2013/S 087-148392
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Other: Grant awarding body
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:
Fulfilling Lives: A Better Start Economic Study.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: England wide.
NUTS code UK
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)
The Big Lottery Fund (“BIG”) is seeking an organisation to provide an economic study in respect of its Fulfilling Lives: A Better Start Programme.
The Fulfilling Lives: A Better Start Programme is a funding initiative of up to GBP 165 000 000, investing in a minimum of 3 and a maximum of 5 geographic areas in England where each geographic area runs a variety of programmes and approaches that are shown to improve social and emotional development and must cover such interventions as language development; diet and nutrition of babies and children from pregnancy to three years of age.
The Fund wishes to commission a study of the savings that might accrue from investing in prevention in pregnancy and early life. The successful provider will be required to:
— to provide a research of the savings ascribed to prevention in pregnancy and the first 3 years of life that might accrue to the public purse on (i) a 5-year spending cycle and (ii) a longer timescale for the benefits of the Fund’s grant holders,
— to support A Better Start grant holders by equipping them with the tools and understanding to assess the cost effectiveness of their interventions under the Programme.
II.1.6)Common procurement vocabulary (CPV)
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:
The potential value of the contract is GBP 500 000 (inclusive VAT and expenses) over the term of the contract.
Estimated value excluding VAT:
Range: between 375 000 and 416 666,66 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 15 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Parent Company Guarantees and other security may be required in respect of some or all of the service provider’s obligations.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payments will be made in accordance with the conditions of contract.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability. Should the successful tenderer be a consortium of organisations, the Contracting Authority reserves the right to require a successful consortium to form a single entity. The Contracting Authority will require the lead partner to be responsible for completing the contract on behalf of the consortium and enter into a contract with the Contracting Authority.
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/aboutuk/ procurement_portal.htm
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: Bidders must confirm that the circumstances set out in Article 45(1) and 45(2) of Directive 2004/18/EC or Regulation 23(1) or 23(4) of the Public Contracts Regulations 2006 (as amended) do not apply. Bidders that do not confirm this will be excluded from the competition.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: (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 two 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.
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.
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.
(2) Bids that exceed GBP 500 000 (including VAT and expenses) for their costs in Table A of the Schedule of Charges in the ITT (downloadable at
http://www.biglotteryfund.org.uk/index/about-uk/ procurement_portal.htm) will be excluded from further consideration in the the tender process.
III.2.3)Technical capacity
Minimum level(s) of standards possibly required:
(1) As a minimum, the bidder must have 3 years relevant experience successfully delivering similar large scale cost effectiveness projects, for instance in the design and delivery of economic impact studies and the dissemination of its results. This must include experience of quantitative data analysis, primary research, data modelling and the design and implementation of data frameworks.
(2) As a minimum the bidder must submit a complete tender in accordance with every instruction and requirement set out in the ITT.
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
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
BIG001-0442
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
24.6.2013 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
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
Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a standstill period of 10 calendar days at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. Further information is set out in the Public Contracts Regulations 2006 (SI 2006 No 5) as amended.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:1.5.2013