Local Sustainability Fund Evaluation Contract
The Service Provider will be required to work with Local Sustainability Fund grant holders and staff at the Fund to analyse how well the common needs of VCSE organisations have been addressed by the programme.
United Kingdom-London: Research and development services and related consultancy services
2015/S 225-409929
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 2072113736
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/tender-opportunities
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://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
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)
II.1.5)Short description of the contract or purchase(s)
The evaluation services will support the delivery and measure the impact of the Local Sustainability Fund (LSF).
The evaluation for this programme will last approximately 18 months and the successful bidder will be required to provide evaluation and learning services to the Fund which demonstrate the impact of the LSF on the organisations receiving funding and how effective the programme has been in achieving its aims.
The Service Provider will be required to work with LSF grant holders and staff at the Fund to analyse how well the common needs of VCSE organisations have been addressed by the programme and measure the impact of the LSF on the relevance, resilience and sustainability of medium sized VCSE organisations.
An evaluator will need to test how successful the LSF has been in developing the organisational capability of the organisations receiving funding. A strong methodology will also identify any previous support the organisation has had and will analyse whether or not this previous support has been influential in a) accessing the LSF and b) determining how best to embed new strengths sought through the LSF.
II.1.6)Common procurement vocabulary (CPV)
73000000
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 166 666 and 333 333 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: Range: between 1 and 2
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
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/about-uk/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
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.
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)The Bidder’s Total Costs in Table A of the ITT for the services over the term of the Contract do not exceed GBP 200 000 (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
(1) Bidders will need to have a minimum of 3 years relevant experience successfully delivering similar projects. To support this bidders need to provide Evidence of 3 years experience of undertaking similar projects (similar in scale, value and complexity) successfully and supporting references demonstrating this.
The customer contact should be prepared to speak to the purchasing organisation to confirm the accuracy of the information provided.
(2) Bidders must have a formal quality management system in place.
Please provide evidence (documentation or certificates) demonstrating you have a formal quality management system in place.
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
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
VI.5)Date of dispatch of this notice: