HeadStart Learning and Development Contract
The Big Lottery Fund is seeking a service provider(s) to support the Fund’s grant beneficiaries with the Phase 3 Learning and Development of the Headstart Programme.
United Kingdom-London: Other community, social and personal services
2016/S 056-094352
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 02072113736
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/tenderopportunities
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://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
Services
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 — Generating and facilitating the learning:
i. Collation, analysis and interpretation of quantitative information collected by the individual partnerships as per the Common Measurement Framework and comparison as and when appropriate / relevant across the partnerships
ii. Provision of advice and guidance to individual partnerships and across partnerships on relevant counter-factuals
iii. Qualitative review of the local implementation of HeadStart and collation, analysis and interpretation of data for the individual partnerships and comparison as and when appropriate / relevant across the partnerships.
iv. Regular review of evidence base in the sector and sharing with partnerships.
v. Coordination and facilitation of cross-partnership learning events (2/year for each year of the contract).
vi. Coordination and facilitation of dissemination of learning beyond HeadStart (following each of the cross-partnership learning events) with the view of improving delivery of services to young people.
Lot 2 — Capability building.
i. Support the strengthening of the capacity and capability of individual partnerships to collect, collate and interpret relevant data as per the Common Measurement Framework and implement improvements to the programme as a result.
Lot 3 — Value for money.
i. Facilitate the development of a common tool to assess HeadStart’s Value for Money, using similar principles and a similar approach to the development of the Common Measurement Framework and support the partnerships with its implementation.
Lot 4 — Summative evaluations of individual programme elements.
i. Execute a number of summative evaluations of individual programme elements.
Bidders are welcome to apply for 1 or more or all lots.
II.1.6)Common procurement vocabulary (CPV)
98000000, 85000000, 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 — Generating and facilitating the Learning
Contract term: 7 Years
Affordability Cap: 1 774 500 GBP (Inclusive of VAT and expenses). Bids in excess of this figure will be excluded from further consideration in this tender process.
Lot 2 — Capacity and capability building
Contract term: 7 Years
Affordability Cap: 468 000 GBP (Inclusive of VAT and expenses). Bids in excess of this figure will be excluded from further consideration in this tender process.
Lot 3 — Value for money
Contract term: 12 months
Affordability Cap: 200 000 GBP (Inclusive of VAT and expenses). Bids in excess of this figure will be excluded from further consideration in this tender process.
Lot 4 — Summative evaluation of individual programme elements
Contract term: 1-7 years
Affordability Cap: 750 000 GBP (Inclusive of VAT and expenses). Bids in excess of this figure will be excluded from further consideration in this tender process.
Estimated value excluding VAT: 3 192 500 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Lot 1 — Generating and facilitating the learning
1)Short description
ii. Provision of advice and guidance to individual partnerships and across partnerships on relevant counter-factuals.
iii. Qualitative review of the local implementation of HeadStart and collation, analysis and interpretation of data for the individual partnerships and comparison as and when appropriate / relevant across the partnerships.
iv. Regular review of evidence base in the sector and sharing with partnerships.
v. Coordination and facilitation of cross-partnership learning events (2/year for each year of the contract).
vi. Coordination and facilitation of dissemination of learning beyond HeadStart (following each of the cross-partnership learning events) with the view of improving delivery of services to young people.
2)Common procurement vocabulary (CPV)
98000000, 85000000, 73000000
3)Quantity or scope
Affordability Cap: 1 774 500 GBP (Inclusive of VAT and expenses). Bids in excess of this figure will be excluded from further consideration in this tender process.
Estimated value excluding VAT: 1 774 500 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 2 Lot title: Lot 2 — Capability building
1)Short description
2)Common procurement vocabulary (CPV)
98000000, 85000000, 73000000
3)Quantity or scope
Affordability Cap: 468 000 GBP (Inclusive of VAT and expenses). Bids in excess of this figure will be excluded from further consideration in this tender process.
Estimated value excluding VAT: 468 000 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 3 Lot title: Lot 3 — Value for money
1)Short description
2)Common procurement vocabulary (CPV)
98000000, 85000000, 73000000
3)Quantity or scope
Affordability Cap: 200 000 GBP (Inclusive of VAT and expenses). Bids in excess of this figure will be excluded from further consideration in this tender process.
Estimated value excluding VAT: 200 000 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 4 Lot title: Lot 4 — Summative evaluation of individual programme elements
1)Short description
2)Common procurement vocabulary (CPV)
98000000, 85000000, 73000000
3)Quantity or scope
Affordability Cap: 750 000 GBP (Inclusive of VAT and expenses). Bids in excess of this figure will be excluded from further consideration in this tender process.
Estimated value excluding VAT: 750 000 GBP
4)Indication about different date for duration of contract or starting/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:
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
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
Bidders must submit a copy of their last two years annual accounts. We will review these to ensure the bidder has adequate financial standing to perform the services without putting the Fund at risk. Where we have concerns we may request further information/comfort from the bidder. Where our concerns are not addressed the bidder will be excluded from further participation in the competition.
In order for us to carry out this assessment bidders must provide copies of the last 2 year’s audited accounts and annual reports to include:
— Balance Sheet.
— Profit & Loss Account and Cost of Sales.
— Full notes to the accounts.
— Director’s report/auditor’s report.
If bidders are unable to submit the information requested above because their organisation is below the threshold for which audited accounts are required, the following documents must be submitted instead:
— Balance Sheet.
— Profit and Loss Statement.
For Lot 1 the Bidder’s Total Costs in Table A do not exceed 1 774 500 GBP (including VAT and expenses).
For Lot 2 the Bidder’s Total Costs in Table A do not exceed 468 000 GBP (including VAT and expenses).
For Lot 3 the Bidder’s Total Costs in Table A do not exceed 200 000 GBP (including VAT and expenses).
For Lot 4 the Bidder’s Total Costs in Table A do not exceed 750 000 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 all lots:
The Fund requires the provider to have:
1. a minimum of 3 years relevant experience successfully delivering similar projects.
2. 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.
The bidder must submit 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.
The bidder must complete Parts III and IV of Annex 5 and confirmed none of the circumstances set out there in apply.
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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
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
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 2015 as amended.
VI.5)Date of dispatch of this notice: