Evaluation of Homeshare Pilots
SCIE are pleased to invite contractors to provide proposals for the evaluation of a two-year pilot of Homeshare programme.
United Kingdom-London: Social research services
2015/S 105-191281
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Social Care Institute for Excellence
Kinnaird House, 1 Pall Mall East
For the attention of: David Teeman
SW1Y 5BP London
UNITED KINGDOM
Telephone: +44 2077667366
E-mail: david.teeman@scie.org.uk
Internet address(es):
General address of the contracting authority: www.scie.org.uk
Electronic access to information: https://www.contractsfinder.service.gov.uk/Notice/0737aac7-d966-4b17-b901-a46ca1562cce
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
Health
Social protection
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Big Lottery Fund
One Plough Place
EC4A 1DE London
UNITED KINGDOM
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: 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)
The 2-year pilot of Homeshare programme (HSP) will be rolled out in 2 phases:
— Phase 1 begins with the selection and funding of 2 sites, funded by the Lloyds Foundation these will start receiving funds in June 2015.
— Phase 2 will involve the selection of the remaining 7 sites, funded by the Big Lottery Fund sometime in the late summer early autumn of 2015.
SCIE is seeking a contractor that will conduct an independent rigorous evaluation of up to nine pilot sites of the HSP over a 24 month period (2 HSP sites from the commencement of the work and the remaining seven from late summer/early autumn 2015).
The evaluation contract duration will be 2 years with an option to extend further up to 24 months and add additional services as set out in the ITT. The estimated contract value for the core proposal shall not exceed 157 000 GBP inclusive of VAT. This contract value may increase up to the 2/3 of the value of the core proposal as set out above.
Further information about the requirements of this contract can be found in the ITT which can be downloaded fromhttps://www.contractsfinder.service.gov.uk/Notice/0737aac7-d966-4b17-b901-a46ca1562cce
II.1.6)Common procurement vocabulary (CPV)
79315000, 73200000
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:
Range: between 130 883 and 218 055 GBP
II.2.2)Information about options
Description of these options: This Contract duration will be 2 years with an option to extend further for up to 24 months and add additional services as set out in the ITT.
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.1.1)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
III.2.2)Economic and financial ability
— Balance Sheet.
— Profit & 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. (Pass Fail B of the ITT)
(2) The Bidder’s Total Costs in Cost table for core proposal do not exceed 157 000 GBP (including VAT and expenses). Bidders whose costs exceed this amount will be excluded from further consideration in the tender process. (Pass Fail D of the ITT).
III.2.3)Technical capacity
(1) As a minimum, the bidder must have relevant experience in delivering similar services of this type, level, depth, nature, value and complexity. More specifically, please submit evidence of delivering similar evaluations that result in outputs that clearly describe and account for the relationships between inputs, outputs, impacts and outcomes as well as of using qualitative data to produce impressive, innovative and accessible dissemination for a range of different audiences and to produce concise, accessible and engaging written outputs. Also please summarise each example in a paragraph and for each, the context, what you did and what the outcomes were (specifically, relating to informing or resulting in developments of policy and practice and in relation to identifying and disseminating best practice). (Pass Fail A of the ITT)
(2) As a minimum the bidder must submit a complete tender in accordance with every instruction and requirement set out in the ITT. (Pass Fail C of the ITT).
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
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
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.3)Additional information
If you are interested in this opportunity please read all requirements and instructions in the ITT and submit your tender response before the tender deadline on 3.7.2015.
All interested bidders must submit an electronic copy of your tender response in a zip folder to David Teeman at david.teeman@scie.org.uk quoting reference HSPEVAL/15/01/BIG001-0603 no later than 17:00 on 3.7.2015.
You must also submit 3 (three) bound hard copies quoting reference HSPEVAL/15/01/BIG001-0603 to David Teeman at the following addresses: First floor Kinnaird House, 1 Pall Mall East, London SW1Y 5AU, ensuring that they arrive at the address before 17:00 on 3.7.2015.
VI.4.1)Body responsible for appeal procedures
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: