Management Consultancy Services – Delivering Differently Programme
The programme, which is targeted at local authorities, has been designed to support councils to select and implement new models of delivery for some of their public services.
United Kingdom-London: Business and management consultancy services
2014/S 069-119074
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Cabinet Office
1 Horse Guards Road
Contact point(s): Agent (for the purpose of this procurement only)
SW1A 2HQ London
UNITED KINGDOM
Telephone: +44 3450103503
E-mail: managedcontracts@ccs.gsi.gov.uk
Internet address(es):
General address of the contracting authority: http://ccs.cabinetoffice.gov.uk
Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk
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)
Section II: Object of the contract
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Primarily in the UK with some limited requirements overseas.
NUTS code UK
The programme, which is targeted at local authorities, has been designed to support councils to select and implement new models of delivery for some of their public services. The programme includes a 1m GBP Challenge fund, which will support 10 pioneering local authorities, either individually or in partnership, through the provision of bespoke professional support (purchased through this Procurement).
This Procurement has been split into 10 Lots to deliver bespoke professional support to the 10 local authorities. The Services are further described in Invitation to Tender (ITT) documentation.
Potential Providers have the opportunity to bid for all or any combination of the 10 Lots. However in order to ensure the Delivering Differently programme benefits from a wide range of ideas from a diverse range of providers, successful Suppliers may only be awarded a maximum of two Lots.
The 10 selected local authorities, participating in the Delivering Differently programme are:
Lot 1 – Walsall Met Borough Council; Adult Learning College
Lot 2 – Kingston upon Hull; Adult Social Care
Lot 3 – Manchester City Council; Domestic Violence and Abuse
Lot 4 – Kirklees Council; Environment (Open Spaces)
Lot 5 – Devon County Council; Youth, Libraries and Older People Services
Lot 6 – Dover District Council; Heritage
Lot 7 – North East Lincolnshire Council; Environment
Lot 8 – Portsmouth City Council; Community Safety
Lot 9 – Nottinghamshire County Council; Children’s Disability Services
Lot 10 – Cheshire West and Chester Council; School Support Services
A detailed description of the Services that the Potential Provider will be required to supply within each Lot is set out in full at Attachment 2 – Statement of Requirements of the Invitation to Tender.
79410000, 66171000, 66519600, 66523000, 79100000, 79221000
Tenders may be submitted for one or more lots
Range: between 80 000 and 100 000 GBP
Description of these options: Option to extend the duration of any contract to allow for the fulfilment of all the services.
Information about lots
Lot No: 1 Lot title: Walsall Met Borough Council; Adult Learning College
A detailed description of the Services that the Potential Provider will be required to supply for Lot 1 is set out in full at Annex 2a, Attachment 2 – Statement of Requirements of the Invitation to Tender.
79410000
Range: between 80 000 and 100 000 GBP
A detailed description of the Services that the Potential Provider will be required to supply for Lot 2 is set out in full at Annex 2b, Attachment 2 – Statement of Requirements of the Invitation to Tender.
79410000
Range: between 80 000 and 100 000 GBP
Manchester City Council wants to shift from a complex, reactive model, to a new delivery model that will enable the service to be proactive and tackle the root causes of DV&A, support and empower victims, manage the perpetrators and reduce costs.
A detailed description of the Services that the Potential Provider will be required to supply for Lot 3 is set out in full at Annex 2c, Attachment 2 – Statement of Requirements of the Invitation to Tender.
79410000
Range: between 80 000 and 100 000 GBP
A detailed description of the Services that the Potential Provider will be required to supply for Lot 4 is set out in full at Annex 2d, Attachment 2 – Statement of Requirements of the Invitation to Tender.
79410000
Range: between 80 000 and 100 000 GBP
A detailed description of the Services that the Potential Provider will be required to supply for Lot 5 is set out in full at Annex 2e, Attachment 2 – Statement of Requirements of the Invitation to Tender.
79410000
Range: between 80 000 and 100 000 GBP
The Council is keen to group together heritage assets in a new model, working in partnership with Dover Town Council and the Dover Harbour Board, which also wants to unlock heritage assets on the port estate, and to increase voluntary and community sector involvement. The current assumption is that this new venture would involve working with business partners and community groups to create an overarching body which would incorporate many other heritage assets within the district which are not currently owned or managed by the Council.
A detailed description of the Services that the Potential Provider will be required to supply for Lot 6 is set out in full at Annex 2f, Attachment 2 – Statement of Requirements of the Invitation to Tender.
79410000
Range: between 80 000 and 100 000 GBP
As a Council in one of England’s most deprived areas, the Beneficiary has been a leader in considering innovative ways to meet the needs of its community. It has re-fashioned delivery through the creation, with partners, of three large public service mutuals providing adult social care and care-management and has established a record of creating alternative partnerships for service delivery. In preparation for its income to halve again, it is looking to create new delivery mechanisms for most of its Environmental service functions, all currently delivered in-house and totalling £28.4m and 500FTEs. Those functions are:
— Grounds Maintenance
— Street Cleaning
— Waste Collection/ Recycling
— Fleet Services
— Cemeteries & Crematorium
— Safer Communities
— Neighbourhood Development, including support to identify and deal with ward issues
— Community Learning
A detailed description of the Services that the Potential Provider will be required to supply for Lot 7 is set out in full at Annex 2g, Attachment 2 – Statement of Requirements of the Invitation to Tender.
79410000
Range: between 80 000 and 100 000 GBP
Portsmouth City Council is exploring new delivery models with the city’s flagship organisation, the “Safer Portsmouth Partnership” (“SPP”). SPP is the local community safety partnership made up of five ‘responsible authorities,’ which includes Portsmouth City Council, the Fire and Rescue Service, the Police Service, the Probation Trust, and the Clinical Commissioning Group, alongside representatives from the voluntary and community sector and key local councillors – to deliver a range of safety services within Portsmouth. Further information is available at (http://www.saferportsmouth.org.uk/priorities/).
A detailed description of the Services that the Potential Provider will be required to supply for Lot 8 is set out in full at Annex 2h, Attachment 2 – Statement of Requirements of the Invitation to Tender.
79410000
Range: between 80 000 and 100 000 GBP
The majority of these services are delivered by the Nottinghamshire County Council, with some provision contracted out to the private sector, voluntary and community sector or in partnership with other public sector organisations such as a district health authority.
Nottinghamshire County Council seeks to create a more customer focused and user driven service which is more responsive to the changing needs and demands of both customers and stakeholders by providing:
— A responsive service that is driven by the needs of the client group it serves
— Greater flexibility and choice for children, families and carers
— Early intervention and access to support without the need for social care involvement or intervention
A detailed description of the Services that the Potential Provider will be required to supply for Lot 9 is set out in full at Annex 2i, Attachment 2 – Statement of Requirements of the Invitation to Tender.
79410000
Range: between 80 000 and 100 000 GBP
A detailed description of the Services that the Potential Provider will be required to supply for Lot 10 is set out in full at Annex 2j, Attachment 2 – Statement of Requirements of the Invitation to Tender.
79410000
Range: between 80 000 and 100 000 GBP
Section III: Legal, economic, financial and technical information
Description of particular conditions: Potential Providers have the opportunity to bid for all or any combination of the 10 Lots. However in order to ensure the Delivering Differently programme benefits from a wide range of ideas from a diverse range of providers, successful Suppliers may only be awarded a maximum of two Lots.
This procurement will be managed electronically via the Agents e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite.
If you have not yet registered on the eSourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for CCS eSourcing’. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at http://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender
Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement.This is done by emailing ExpressionOfInterest@ccs.gsi.gov.uk.
Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. The Government Procurement Service will process the email and then enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done.
As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information.
For technical assistance on use of the e-Sourcing Suite please contact Government Procurement Service Helpdesk email: eEnablement@ccs.gsi.gov.uk
Responses must be published by the date in IV.3.4.
The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1.
Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to an ITT.
[Project Specific – please delete the following text if not using the eSourcing tool and replace with guidance on expressing an interest or submitting a tender]
The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1
[Project Specific – delete statements below as appropriate. Please ensure that the statements which are not deleted are consistent with what is stated in the ITT]
The Contracting Authority may have regard to any of the following means in its assessment:
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: – where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, – where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
Section IV: Procedure
Prior information notice
of 30.1.2014
Place:
Electronically, via web-based portal.
Section VI: Complementary information
Any contracts awarded under this Procurement will be between the successful Suppliers and the Contracting Authority not the Agent.
Potential Providers should note that, in accordance with the UK Government’s policies on transparency, Government Procurement Service intends to publish the Invitation to Tender (ITT) document and the text of any Contract awarded, subject to possible redactions at the discretion of Government Procurement Service. The terms of the proposed Contract will also permit a public sector contracting authority, awarding a contract under this Contract, to publish the text of that contract, subject to possible redactions at the discretion of the contracting authority. Further information on transparency can be found at:
http://ccs.cabinetoffice.gov.uk/about-government-procurement-service/transparency-and-accountability/transparency-procurement
The Agent expressly reserves the right (i) not to award the Contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Agent or the Contracting Authority be liable for any costs incurred by the Potential Providers. If the Contracting Authority decides to enter into a Contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of Potential suppliers. The duration referenced in Section II.1.4 is for the placing of orders.
The value provided in Section II.1.4 is only an estimate.
From 2.4.2014 the Government is introducing its new Government Security Classifications (GSC) classification scheme to replace the current Government Protective Marking Scheme (GPMS). A key aspect of this is the reduction in the number of security classifications used. All potential suppliers should make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC:
https://www.gov.uk/government/publications/government-security-classifications
Please refer to the GPS/CCS website:
http://ccs.cabinetoffice.gov.uk/i-am-supplier/supplier-guidance-supporting-information/complaints-during-procurement-process
for information about how complaints are handled during the procurement process.
Further information on the Delivering Differently programme is available to Potential Providers at:
https://www.gov.uk/government/collections/delivering-differently-programme-for-local-authorities#information-for-suppliers
VI.5)Date of dispatch of this notice:3.4.2014