Section one: Contracting authority
one.1) Name and addresses
Big Lottery Fund, operating as The National Lottery Community Fund
2 Marsham Street
London
SW1P 4DF
Contact
Matthew Bowcott
matthew.bowcott@tnlcommunityfund.org.uk
Telephone
+44 3454102030
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.tnlcommunityfund.org.uk
Buyer's address
https://tnlcommunityfund.bravosolution.co.uk/web/login.html
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://tnlcommunityfund.bravosolution.co.uk/web/login.html
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/web/login.html
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
22ENG008 Healthy Communities Together Evaluation
two.1.2) Main CPV code
- 79419000 - Evaluation consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The National Lottery Community Fund (The Fund) is seeking to procure a suitable supplier (an individual organisation or a consortium with a lead supplier) for an independent evaluation of Healthy Communities Together (HCT). This Invitation to Tender (ITT) sets out the context for this work, the procurement timescales and the services required.
This will be a 3-year contract until Autumn 2025, with a maximum budget of £250,000 including expenses (excluding VAT).
This contract will be subject to the Fund's standard terms and conditions for over £10,000 (https://www.tnlcommunityfund.org.uk/about/customer-service/supplier-zone/terms-and-conditions). A submission received as part of this tender process shall constitute acceptance of these terms and conditions, so bidders are advised to review these.
two.1.5) Estimated total value
Value excluding VAT: £250,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71248000 - Supervision of project and documentation
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
As outlined in the Invitation to Tender (ITT) document.
two.2.4) Description of the procurement
The Fund is seeking to procure an evaluation contract as the HCT grant holders move into delivery of their full grants to understand the change that is enabled through partnership working.
The learning strand delivered by TKF as part of the HCT programme explores what it means to work in partnership, how to do it and what partnerships do to work effectively together. The evaluation will provide additional and important evidence about what partnership working enables – the difference working in partnership makes and in what context. The supplier is expected to work alongside the learning strand and ensure that the evaluation evidence dovetails with the learning.
The evaluation will:
* Provide an evidence base about partnership working that supports delivery of the HCT programme.
* Provide an evidence base that supports the wider sectors in the design, development and delivery of partnership working.
* Support with sustainability and legacy of the HCT programme, so that the investment has the greatest value and we share what we’ve learned with others.
The supplier is expected to produce evidence for the priority evaluation audiences at different points in the contract, including emerging evidence and a final summative output. We anticipate that emerging evidence might be shared twice yearly and we intend to work flexibly with the supplier to ensure that important findings are shared at useful points in time.
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: £250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further 12 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 November 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
28 November 2022
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
The High Court
The Royal Courts of Justice
London
Country
United Kingdom