Tender

Register of Support Services Framework Agreement

  • National Memorial Heritage Fund

F02: Contract notice

Notice identifier: 2023/S 000-012973

Procurement identifier (OCID): ocds-h6vhtk-03c6c7

Published 5 May 2023, 2:05pm



Section one: Contracting authority

one.1) Name and addresses

National Memorial Heritage Fund

4th Floor Cannon Bridge House, 25 Dowgate Hill

London

EC4 R 2YA

Email

procurement@heritagefund.org.uk

Telephone

+44 2037874819

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.heritagefund.org.uk/

one.3) Communication

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

https://www.delta-esourcing.com/tenders/UK-UK-London:-Library%2C-archives%2C-museums-and-other-cultural-services./UPM628VW76

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/tenders/UK-UK-London:-Library%2C-archives%2C-museums-and-other-cultural-services./UPM628VW76

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

Recreation, culture and religion


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Register of Support Services Framework Agreement

Reference number

NHMF 0325

two.1.2) Main CPV code

  • 92500000 - Library, archives, museums and other cultural services

two.1.3) Type of contract

Services

two.1.4) Short description

The National Memorial Heritage Fund (the Fund) is seeking to appoint suitably skilled and experienced consultants for our Register of Support Services Framework Agreement (RoSS). The Framework has 4 Lots as detailed below:

Lot 1 – Heritage & Culture Construction Project Management Consultant

Lot 2 – Business Development and Management Consultant

Lot 3 - Public Engagement with Heritage Consultant

Lot 4 – Natural Environment Consultant

The Fund provides grant funding to large, well-resourced and experienced organisations and other public bodies together with small voluntary/community groups will little or no experience of undertaking heritage projects. 

This Framework is to be used by the Fund to commission consultants who can provide expert advice and support the assessment, mentoring and monitoring of projects.

This Framework will also be open to the Arts Council England (ACE) for them to use if required.

two.1.5) Estimated total value

Value excluding VAT: £4,900,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
4

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1 – Heritage and Culture Construction Project Management

Lot 2 – Business Development and Management

Lot 3 – Public Engagement with Heritage

Lot 4 – Natural Environment

two.2) Description

two.2.1) Title

Heritage and Culture Construction Project Management

Lot No

1

two.2.2) Additional CPV code(s)

  • 92500000 - Library, archives, museums and other cultural services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland
  • UKM5 - North Eastern Scotland
  • UKL14 - South West Wales
  • UKL2 - East Wales
  • UKD - North West (England)
  • UKL1 - West Wales and the Valleys
  • UKC - North East (England)
  • UKH - East of England
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKM9 - Southern Scotland
  • UKM7 - Eastern Scotland
  • UKM8 - West Central Scotland
Main site or place of performance

Northern Ireland,North Eastern Scotland,South West Wales,East Wales,NORTH WEST (ENGLAND),West Wales and The Valleys,NORTH EAST (ENGLAND),EAST OF ENGLAND,EAST MIDLANDS (ENGLAND),WEST MIDLANDS (ENGLAND),SOUTH EAST (ENGLAND),SOUTH WEST (ENGLAND),Southern Scotland,Eastern Scotland,West Central Scotland

two.2.4) Description of the procurement

NHMF supports a wide variety of capital projects involving different types of heritage assets, landscapes and townscapes. Some of the areas we are expecting consultants to provide services in as part of this lot are:

Pre application advice to grantees

Expert advice to the Fund

Monitoring of projects

Mentoring Grantees

Influencing grantees, etc

Details of the full requirement under this Lot is provided in the specification document.

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: £2,300,000

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

Start date

1 April 2024

End date

31 March 2028

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 15

Objective criteria for choosing the limited number of candidates:

As detailed in the tender documentation

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

two.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/UPM628VW76

two.2) Description

two.2.1) Title

Business Development and Management 

Lot No

2

two.2.2) Additional CPV code(s)

  • 92500000 - Library, archives, museums and other cultural services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland
  • UKM5 - North Eastern Scotland
  • UKL14 - South West Wales
  • UKL2 - East Wales
  • UKD - North West (England)
  • UKL1 - West Wales and the Valleys
  • UKC - North East (England)
  • UKH - East of England
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKM9 - Southern Scotland
  • UKM7 - Eastern Scotland
  • UKM8 - West Central Scotland
Main site or place of performance

Northern Ireland,North Eastern Scotland,South West Wales,East Wales,NORTH WEST (ENGLAND),West Wales and The Valleys,NORTH EAST (ENGLAND),EAST OF ENGLAND,EAST MIDLANDS (ENGLAND),WEST MIDLANDS (ENGLAND),SOUTH EAST (ENGLAND),SOUTH WEST (ENGLAND),Southern Scotland,Eastern Scotland,West Central Scotland

two.2.4) Description of the procurement

NHMF supports a wide variety of heritage projects which aim to build organisational resilience and capacity either as the sole focus or as part of a wider investment in the organisations assets and / or activities. Consultants will be required to advise the Fund and monitor / mentor grantees in some of the areas below:

Pre application advice

Financial analysis

Enterprise development activities

Organisation capacity building

Business planning, etc

Details of the full requirement under this Lot is provided in the specification document.

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

1 April 2024

End date

31 March 2028

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 15

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

two.2) Description

two.2.1) Title

Public Engagement with Heritage 

Lot No

3

two.2.2) Additional CPV code(s)

  • 92500000 - Library, archives, museums and other cultural services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland
  • UKM5 - North Eastern Scotland
  • UKL14 - South West Wales
  • UKL2 - East Wales
  • UKD - North West (England)
  • UKL1 - West Wales and the Valleys
  • UKC - North East (England)
  • UKH - East of England
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKM9 - Southern Scotland
  • UKM7 - Eastern Scotland
  • UKM8 - West Central Scotland
Main site or place of performance

Northern Ireland,North Eastern Scotland,South West Wales,East Wales,NORTH WEST (ENGLAND),West Wales and The Valleys,NORTH EAST (ENGLAND),EAST OF ENGLAND,EAST MIDLANDS (ENGLAND),WEST MIDLANDS (ENGLAND),SOUTH EAST (ENGLAND),SOUTH WEST (ENGLAND),Southern Scotland,Eastern Scotland,West Central Scotland

two.2.4) Description of the procurement

The NHMF supports a variety of heritage projects which engage in a broad range of ways with communities and the wider public. These projects focus on increasing access and diversifying audiences either as stand-alone initiatives or as an integrated element of a larger programme such as the redevelopment of a heritage asset.

Consultants will be required to provide monitoring, mentoring and advisory services, and will need to work and engage in a variety of heritage settings such as built heritage; natural heritage; industrial, transport or maritime heritage; museums, libraries and archives; and intangible heritage or community heritage. 

Consultants will be required to advise the Fund and monitor / mentor grantees in some of the areas below:

Pre application advice

Providing expert advice

Being a critical friend to grantees

Advising on approaches to engaging volunteers, etc

Details of the full requirement under this Lot is provided in the specification document.

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: £1,000,000

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

Start date

1 April 2024

End date

31 March 2028

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 20

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

two.2) Description

two.2.1) Title

Natural Environment Consultant 

Lot No

4

two.2.2) Additional CPV code(s)

  • 92500000 - Library, archives, museums and other cultural services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland
  • UKM5 - North Eastern Scotland
  • UKL14 - South West Wales
  • UKL2 - East Wales
  • UKD - North West (England)
  • UKL1 - West Wales and the Valleys
  • UKC - North East (England)
  • UKH - East of England
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKM9 - Southern Scotland
  • UKM7 - Eastern Scotland
  • UKM8 - West Central Scotland
Main site or place of performance

Northern Ireland,North Eastern Scotland,South West Wales,East Wales,NORTH WEST (ENGLAND),West Wales and The Valleys,NORTH EAST (ENGLAND),EAST OF ENGLAND,EAST MIDLANDS (ENGLAND),WEST MIDLANDS (ENGLAND),SOUTH EAST (ENGLAND),SOUTH WEST (ENGLAND),Southern Scotland,Eastern Scotland,West Central Scotland

two.2.4) Description of the procurement

The NHMF supports a wide variety of heritage projects that benefit nature and the environment either as stand-alone initiatives or as part of larger initiatives involving different types of heritage assets, landscapes and natural environments.

Consultants will be required to provide monitoring, mentoring and advisory services relating to landscapes and natural heritage and will be expected to work and engage in more than one type of natural heritage: habitats, species, semi-natural landscapes, rewilding schemes, designed landscapes (including public parks), geodiversity, and marine and aquatic environments. Consultants will also need to understand the requirements/opportunities associated with different designations affecting the natural environment (AONBs, SSSI’s and so on) across the UK. Consultants will be required to advise the Fund and monitor / mentor grantees in some of the areas below:

Pre application advice to grantees

The preparation and implementation of conservation planning documents and plans by Grantees

Nature-based solutions to deliver a variety of environmental benefits

Green finance opportunities and investment readiness including different financing models for the sector, etc

Details of the full requirement under this Lot is provided in the specification document.

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: £900,000

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

Start date

1 April 2024

End date

31 March 2028

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 15

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As stated in the procurement documents

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

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

As stated in the procurement documents

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

19 June 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: 4 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

The contract period (term) will be from 1 April 2024 to 31 March 2028 inclusive.  The Fund reserves the right to extend the Framework Agreement period by up to two years in exceptional circumstances. 

To request to participate in this tender, interested organisations must complete and submit a SQD as detailed in this advert and via the Delta e-sourcing portal. The Fund will assess the SQDs to produce a shortlist of participants for each lot and invite participants to submit tenders for the relevant lot(s) for which they have pre-qualified.

Prior to the award of any framework, the Fund reserves the right at it's descretion to re-assess the SQD tests to ensure that successful participants continue to meet the SQD criteria for the relevant lot(s)

for which they have been successful.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Library%2C-archives%2C-museums-and-other-cultural-services./UPM628VW76" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-London:-Library%2C-archives%2C-museums-and-other-cultural-services./UPM628VW76

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/UPM628VW76" target="_blank">https://www.delta-esourcing.com/respond/UPM628VW76

GO Reference: GO-202355-PRO-22814626

six.4) Procedures for review

six.4.1) Review body

National Memorial Heritage Fund

4th Floor Cannon Bridge House, 25 Dowgate Hill

London

EC4 R 2YA

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Chartered Institute of Arbitrators

12 Bloomsbury Square

London

WC1A 2LP

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point

information on award of the framework agreement is communicated to participants