Tender

23ENG005 Changing Futures Project Area - Learning & Support

  • Big Lottery Fund, operating as The National Lottery Community Fund

F02: Contract notice

Notice identifier: 2023/S 000-004567

Procurement identifier (OCID): ocds-h6vhtk-03a5aa

Published 14 February 2023, 4:57pm



Section one: Contracting authority

one.1) Name and addresses

Big Lottery Fund, operating as The National Lottery Community Fund

1st Floor, Peel Building, 2 Marsham Street

London

SW1P 4DF

Email

procurement@tnlcommunityfund.org.uk

Telephone

+44 3454102030

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.tnlcommunityfund.org.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://tnlcommunityfund.bravosolution.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://tnlcommunityfund.bravosolution.co.uk/

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

23ENG005 Changing Futures Project Area - Learning & Support

two.1.2) Main CPV code

  • 73000000 - Research and development services and related consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The Fund is seeking to procure a suitable supplier (an individual organisation or a consortium with a lead supplier) for a Changing Futures Project Area - Learning & Support contract to work with local areas to deliver new interventions and systems change to better support thousands of individuals experiencing multiple disadvantage.

The programme aims to test a new partnership approach between government and local areas, and to achieve outcomes at an individual, service and system level:

• Individual level: stabilise and improve outcomes for local cohorts of adults

experiencing multiple disadvantage.

• Service level: greater integration and collaboration across local services to provide

a person-centred approach, and reduced demand on ‘reactive’ services.

• System level: Strong multi-agency partnerships, governance and better use of data

leads to lasting system change and informs commissioning. Learning from

partnership between government and local areas improves cross-government

policy.

two.1.5) Estimated total value

Value excluding VAT: £700,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 73100000 - Research and experimental development services
  • 73200000 - Research and development consultancy services
  • 73300000 - Design and execution of research and development

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
  • UKC12 - South Teesside
  • UKC21 - Northumberland
  • UKD3 - Greater Manchester
  • UKD4 - Lancashire
  • UKE11 - Kingston upon Hull, City of
  • UKE32 - Sheffield
  • UKF14 - Nottingham
  • UKF21 - Leicester
  • UKG23 - Stoke-on-Trent
  • UKH3 - Essex
  • UKI32 - Westminster
  • UKJ2 - Surrey, East and West Sussex
  • UKK11 - Bristol, City of
  • UKK41 - Plymouth

two.2.4) Description of the procurement

The Changing Futures programme is an aligned funding programme being co-delivered by The Department for Levelling Up, Housing and Communities (DLUHC) and The National Lottery Community Fund (the Fund). It was launched on 10 December 2020 with publication of a prospectus for local area Expressions of Interest.

The programme has an outcomes-focused approach. There is a focus on learning from local areas’ proposals and approaches and encouragement of flexibility and innovation in delivery, building on and enhancing existing local services and partnerships as part of a national programme through which areas will learn from each other and shape national policy.

Local partnerships are expected to follow the core principles of the programme in their delivery, as set out below:

• Work in partnership across local services and the voluntary and community sector, building strong cross-sector partnerships at a strategic and operational level that can design and implement an improved approach to tackling multiple disadvantage.

• Coordinate support, and better integrate local services that support adults experiencing multiple disadvantage to enable a ‘whole person’ approach (see below).

• Create flexibility in how local services respond to adults experiencing multiple disadvantage, taking a system-wide view with shared accountability and ownership leading to better service provision across statutory and voluntary organisations and a ‘no wrong door’ approach to support.

• Involve people with lived experience of multiple disadvantage in the design, delivery and evaluation of improved services and in governance and decision making.

• Take a trauma-informed approach across local system, services and in the governance of the programme;

• Commit to drive lasting system-change, with long-term sustainable changes to benefit people experiencing multiple disadvantage and commitment to sustain the benefits of the programme beyond the lifetime of the funding.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £700,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

15 May 2023

End date

14 May 2024

This contract is subject to renewal

Yes

Description of renewals

an option to extend for a further 12 months at the discretion of the Fund

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

9 March 2023

Local time

5:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

16 March 2023

Local time

3:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The Royal Court of Justice

London

Country

United Kingdom