Newton Fund Evaluation Tender Notice
UK Shared Business Services Ltd as the Contracting Authority is putting in place a contract for BIS to evaluate the impact of the Newton Fund.
United Kingdom-Swindon: Research and development consultancy services
2015/S 096-174245
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
UK Shared Business Services Ltd
North Star House, North Star Avenue
For the attention of: Laura Gawthorn
SN2 1FF Swindon
UNITED KINGDOM
Telephone: +44 1793867005
E-mail: research@uksbs.co.uk
Internet address(es):
General address of the contracting authority: www.uksbs.co.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: UK SBS
E-mail: expressionofinterest@ccs.gsi.gov.uk
Internet address: http://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender
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 8: Research and development 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)
II.1.6)Common procurement vocabulary (CPV)
73200000, 73000000, 73100000, 73200000, 73210000, 73220000, 73300000, 79000000, 79300000, 79310000, 79311000, 79312000, 79314000,79315000, 79311400, 79311410, 79313000, 79330000
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:
It will do so by leveraging the UK’s strength in this area to, amongst other things create higher-education partnerships, fund research into development topics and identify and take forward commercialisation and innovation opportunities that address local development issues in 15 developing countries. 75 000 000 GBP per year for five years will support these capacity building activities by 15 UK Delivery Partners: the Research Councils, Academies, British Council, Met Office and Innovate UK. It is managed by the Department for Business, Innovation and Skills (BIS).
Tenderers are invited to propose and develop methodologies that will capture the Newton Fund’s on-going impact and delivery processes over five years. While drawing on monitoring data from Delivery Partners, BIS and Newton Fund country teams, successful applicants will conduct their own qualitative and quantitative data collection. The evaluation should also consider the delivery mechanisms and management processes of the Newton Fund.
One final report is expected in 2019, with several interim reports throughout the life of the Fund. These will include a brief analysis in August 2015, and an analysis at the end of year two of the programme in March 2016. Each report should address the Fund’s summative and formative impacts to date, its value for money, its delivery processes along with recommendations to improve the programme.
UK Shared Business Services Ltd (UK SBS) brings a commercial attitude to the public sector; helping our customers improve efficiency, generate savings and modernise.
It is our vision to become the leading provider for our customers of shared business services in the UK public sector, continuously reducing cost and improving quality of business services for Government and the public sector.
Our broad range of expert services is shared by our customers. This allows our customers the freedom to focus resources on core activities; innovating and transforming their own organisations.
Core services include Procurement, Finance, Grants Admissions, Human Resources, Payroll, ISS, and Property Asset Management all underpinned by our Service Delivery and Contact Centre teams.
UK SBS is a people rather than task focused business. It’s what makes us different to the traditional transactional shared services centre. What is more, being a not-for-profit organisation owned by its customers, UK SBS’ goals are aligned with the public sector and delivering best value for the UK taxpayer.
UK Shared Business Services Ltd changed its name from RCUK Shared Services Centre Ltd in March 2013.
Our Customers
Growing from a foundation of supporting the Research Councils, 2012/13 saw Business Innovation and Skills (BIS) transition their procurement to UK SBS and Crown Commercial Service (CCS) agree a Memorandum of Understanding with UK SBS to deliver two major procurement categories (construction and research) across Government.
UK SBS currently manages 700 000 000 GBP expenditure for its Customers, our growth projections anticipate this will rise to 1 000 000 000 GBP in 2013/14.
UK SBS is procuring the Contract as a central purchasing body for itself and Customers who are Other Public Bodies (OPB’s). This means that OPB’s referred to in the OJEU Notice may also participate in the Contract.
Detailed on the UK SBS Ltd website is a list of all organisations, institutes, centres and bodies (Authorised Entities) that may also use any appropriately advertised Contract let by UK Shared Business Services Ltd The full list is detailed below.
II.2.2)Information about options
Description of these options: The contract will be for an initial 2 years with the option to extend for a further 3 years in 1 year increments.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
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
Information and formalities necessary for evaluating if the requirements are met: This procurement will be managed electronically via the Crown Commercial Service’s e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite.
If Bidders 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, Bidders 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 emailingexpressionofinterest@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;
—the name and contact details for the registered individual sending the email.
Crown Commercial Service (CCS) will process the email and then enable the Bidder 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 Crown Commercial Service (CCS) Helpdesk: Free-phone: 0345 010 3503
email: supplier@ccs.gsi.gov.uk
Training support to respond to a requirement is available to bidders at http://www.uksbs.co.uk/services/procure/Pages/supplier.aspx
Responses must be published by the date in IV.3.4.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The sourcing documents can be accessed at:https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1.
We will also require to see at least one of the following documents:
Note – if you have been trading for more than 3 years we will require you to produce Document 1
Document 1 – A copy of your audited accounts for the most recent two years.
Document 2 – A statement of your turnover, profit & loss account and cash flow for the most recent year of trading.
Document 3 – A statement of your cash flow forecast for the current year and a bank letter outlining the current cash and credit position.
Document 4 – Alternative means of demonstrating financial status if trading for less than a year.
Document 5 – Parent Company accounts (if applicable).
Document 6 – Deeds or guarantee.
Document 7 – Accountants references.
Document 8 – Management accounts.
Document 9 – Financial projections including cash flow forecasts.
Document 10 – Details and evidence of previous contracts.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
The sourcing documents can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1.
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 or goods and services carried out in the past three 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 Bidder 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.
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.1.3)Reduction of the number of operators during the negotiation or dialogue
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
Payable documents: no
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
Place:
Electronically, via web-based portal.
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
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 Bidders.
VI.4.3)Service from which information about the lodging of appeals may be obtained
UK Shared Business Services Ltd
North Star House, North Star Way
SN2 1FF Swindon
UNITED KINGDOM
E-mail: policy@uksbs.co.uk
Internet address: www.uksbs.co.uk
VI.5)Date of dispatch of this notice: