Tender for Business and Management Consultancy Services
Lot 1 – Big Enterprise in the Communities (2014/June 2015). Involves the following services: (i) Stage 1 – (pre pre start) group workshops. (ii) Stage 2 – (pre start up) group workshops. (iii) Stage 3 – (Start-Up) 12 hours support.
United Kingdom-Liverpool: Business and management consultancy and related services
2014/S 098-171500
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Social Enterprise North West
4th Floor 151 Dale Street
For the attention of: Val Jones
L2 2AH Liverpool
UNITED KINGDOM
Telephone: +44 1512373986
E-mail: admin@senw.org.uk
Fax: +44 1512111881
Internet address(es):
General address of the contracting authority: www.senw.org.uk
Address of the buyer profile: www.senw.org.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)
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 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: North West (England).
NUTS code UKD
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Number of participants to the framework agreement envisaged: 40
Duration of the framework agreement
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 20 000 000 GBP
Frequency and value of the contracts to be awarded: The contracting authority intends to: (a) make an immediate award to Lot 1; (b) make awards on Lot 2 following the successful notification of grant funding and mini competitions.
II.1.5)Short description of the contract or purchase(s)
Project management consultancy services.
Lot 1 – Big Enterprise in the Communities (2014/June 2015).
Involves the following services:
(i) Stage 1 – (pre pre start) group workshops.
(ii) Stage 2 – (pre start up) group workshops.
(iii) Stage 3 – (Start-Up) 12 hours support.
(iv) Stage 4 – Intermediate support to social enterprises.
(v) Stage 5 – Intensive support to social enterprises.
To be conducted in Merseyside (excluding Halton).
Lot 2 – Social Enterprise (2014/18).
Involves the following services:
(i) Stage 1 – (pre pre start) group workshops.
(ii) Stage 2 – (pre start up) group workshops.
(iii) Stage 3 – (Start-Up) 12 hours support.
(iv) Stage 4 – Intermediate support to social enterprises.
(v) Stage 5 – Intensive support to social enterprises.
(vi) Stage 6 – Investment Readiness.
To be conducted in Cumbria LEP, Lancashire LEP, Greater Manchester LEP, Cheshire/Warrington LEP and Liverpool City Region LEP areas.
II.1.6)Common procurement vocabulary (CPV)
79400000, 79410000, 79411100
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 – GBP 4 million.
Lot 2 – GBP 16 million.
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: Big Enterprise in Communities Project
1)Short description
Project management consultancy services.
Lot 1 – Big Enterprise in the Communities (2014/June 2015)
Involves the following services:
(i) Stage 1 – (pre pre start) group workshops.
(ii) Stage 2 – (pre start up) group workshops.
(iii) Stage 3 – (Start-Up) 12 hours support.
(iv) Stage 4 – Intermediate Support to social enterprises.
(v) Stage 5 – Intensive support to social enterprises.
To be conducted in Merseyside (excluding Halton). Further detailed information on the extent of the services required, the conditions of contract and pricing information is contained in the ITT.
2)Common procurement vocabulary (CPV)
79400000, 79410000, 79411100
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Lot No: 2 Lot title: Future Social Enterprise North West Projects
1)Short description
Project management consultancy services.
Lot 2 – Social Enterprise (2014/18).
Involves the following services:
(i) Stage 1 – (pre pre start) group workshops.
(ii) Stage 2 – (pre start up) group workshops.
(iii) Stage 3 – (Start-Up) 12 hours support.
(iv) Stage 4 – Intermediate Support to Social Enterprises.
(v) Stage 5 – Intensive support to social enterprises.
(vi) Stage 6 – Investment Readiness.
To be conducted in Cumbria LEP, Lancashire LEP, Greater Manchester LEP, Cheshire/Warrington LEP and Liverpool City Region LEP areas. Further detailed information on the extent of the services required, the conditions of contract and pricing information is contained in the ITT.
2)Common procurement vocabulary (CPV)
79400000, 79410000, 79411100
3)Quantity or scope
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:
However, please note that SENW’s standard payment terms are a maximum of 90 days from receipt of claim and the payment method is by BACS. SENW will not deviate from this method.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Further information will be contained in the tender documents.
III.1.4)Other particular conditions
Description of particular conditions: Please refer to the ITT and SENW’s Terms and Conditions of Contract for Services (including the requirement for match funding) that can be downloaded from SENW’s website.
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
III.2.3)Technical capacity
Please refer to the ITT and SENW’s Terms and Conditions of Contract for Services that can be downloaded from SENW’s website.
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.3.3)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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
Reference to project(s) and/or programme(s): UK ERDF Programme 2007-2013 (Lot 1); and UK ERDF/ ESF Programme 2014-2020 (Lot 2)
VI.3)Additional information
1) SENW requires Interested Parties to complete and return an ITT response document. Submissions must be in accordance with these instructions and any further instructions contained in the ITT.
2) The ITT documents can be downloaded from SENW’s website at www.senw.org.uk/category/tenders.
3) If SENW considers any question or request for clarification to be of material significance, both the query and the response will be posted on SENW’s website in an anonymous form. It is the responsibility of Interested Parties to check this website periodically before the submission date to check for any updates and to incorporate these updates into its submission. All questions must be addressed to admin@senw.org.uk and be received at least 5 working days before the submission date, otherwise a response cannot be guaranteed.
4) Documentation must be returned to: SENW, Social Enterprise North West, 4th Floor 151 Dale Street, Liverpool L2 2AH.
5) The date and time for return of the documents is shown in the ITT. Documents must be returned no later than the date and time stated. Completed documents will be received up to the time and date stated. It is the Interested Party’s responsibility to ensure that their documents are received on time. SENW does not undertake to consider documents received after that time unless there is sufficient evidence to presuppose their due delivery.
6) Documents must be returned either by post, or by hand to the reception desk ensuring that a member of staff notes the time and date of receipt.
7) Facsimile, e-mail, and telephone: Documents will not be considered if sent by these methods. Hand delivery of envelopes will be accepted.
8) SENW accepts no responsibility for loss or non-receipt of applications.
9) Submissions may not be considered if any of the requested information is not completed and/or supplied. If any of the requested information is missing or is incorrect, the proposal may be rejected on that sole basis and the proposal will not be evaluated further.
10) SENW does not bind itself to accept any submission.
11) The issue of this document in no way commits SENW to award any contract pursuant to the bid process nor does it constitute an offer to enter into a contractual relationship.
12) Interested Parties must not try to obtain any information about any other party’s submission or proposed submissions before the contract is awarded.
13) Interested Parties must not arrange with any other party the submission of any documentation, except in the cases where sub-contracting and/or joint ventures are applicable.
14) Trading names/invoicing: Where invoices will be rendered by, or payments made to, an entity whose title differs in any respect from the title in which the documentation is submitted, full details must be provided in a letter accompanying the documents. Failure to provide these details may result in rejection of the Interested Party’s application.
15) SENW’s Payment Terms are a maximum 90 days from receipt of claim and see further detail set out in the ITT. BACS Payment is SENW’s standard method of payment.
16) Interested Parties will be required to confirm acceptance of SENW’s Standard Terms and Conditions of Contract. Failure to accept SENW’s Terms and Conditions of Contract may result in Interested Parties being disqualified from taking any further part in this process.
17) All responses must be in English.
18) Any information provided on separate pages or on supporting and supplementary documentation should be presented in the same order as, and must be cross-referenced to, the relevant question. Any separate sheets must be appended in the response document.
19) The provision of false or misrepresented information will result in an application being rejected.
VI.4.1)Body responsible for appeal procedures
Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
VI.5)Date of dispatch of this notice: