Tender

22ENG008 Healthy Communities Together Evaluation

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

F02: Contract notice

Notice identifier: 2022/S 000-030345

Procurement identifier (OCID): ocds-h6vhtk-037cbf

Published 27 October 2022, 1:50pm



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

Email

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