By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Cambridgeshire County Council - Procurement of an Independent Panel on the Evaluation of Local Growth Interventions.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Cambridgeshire County Council
Shire Hall Castle Hill
Contact point(s): DN121920, www.lgssprocurementportal.co.uk
CB3 0AP Cambridge
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: www.cambridgeshire.gov.uk

Address of the buyer profile: www.lgssprocurementportal.co.uk

Electronic access to information: www.lgssprocurementportal.co.uk

Electronic submission of tenders and requests to participate: www.lgssprocurementportal.co.uk

Further information can be obtained from: Cambridgeshire County Council
Shire Hall Castle Hill
Contact point(s): www.lgssprocurementportal.co.uk
For the attention of: DN121920
CB3 0AP Cambridge
UNITED KINGDOM
E-mail:

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Cambridgeshire County Council
Shire Hall Castle Hill
Contact point(s): www.lgssprocurementportal.co.uk
For the attention of: DN121920
CB3 0AP Cambridge
UNITED KINGDOM
E-mail:

Tenders or requests to participate must be sent to: Cambridgeshire County Council
Shire Hall Castle Hill
Contact point(s): www.lgssprocurementportal.co.uk
For the attention of: DN121920
CB3 0AP Cambridge
UNITED KINGDOM
E-mail:

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

West Yorkshire Combined Authority
Wellington House, 40-50 Wellington Street
LS1 2DE Leeds
UNITED KINGDOM

Greater Manchester Combined Authority
Town Hall
M60 2LA Manchester
UNITED KINGDOM

Glasgow City Council
City Chambers, George Square
G2 1DU Glasgow
UNITED KINGDOM

Sheffield City Region Combined Authority
of AMP Technology Centre, Advanced Manufacturing Park, Brunel Way
S60 5WG Rotherham
UNITED KINGDOM

Liverpool City Region Combined Authority
12 Princes Parade
L3 1BG Liverpool
UNITED KINGDOM

West Midlands Combined Authority
of Council House, Victoria Square
B1 1BB Birmingham
UNITED KINGDOM

Tees Valley Combined Authority
Cavendish house, Teesdale Business Park, , Tees Valley
TS17 6QY Stockton-on-Tees
UNITED KINGDOM

North East Combined Authority
Quadrant, Cobalt Business Park, The Silverlink North
NE27 0BY North Tyneside
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Cambridgeshire County Council - Procurement of an Independent Panel on the Evaluation of Local Growth Interventions.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 8: Research and development services
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 300 000 and 700 000 GBP
II.1.5)Short description of the contract or purchase(s)
Cambridgeshire County Council (the ‘Authority’) wishes to invite Tenders for the supply of a services Framework in respect of an Independent Panel on the Evaluation of Local Growth Interventions.
II.1.6)Common procurement vocabulary (CPV)

73000000, 60000000, 71311200

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Cambridgeshire County Council (the ‘Authority’) wishes to invite Tenders for the supply of a services Framework in respect of an Independent Panel on the Evaluation of Local Growth Interventions.
Innovative infrastructure funding mechanisms have been agreed for nine UK city-regions counties as part of individual City, Growth and Devolution Deals agreed with Government. These city-regions counties are:
Glasgow and Clyde Valley
Greater Cambridge
Greater Manchester
Liverpool
North East
South Yorkshire
Tees Valley
West Midlands
West Yorkshire
This Framework is open to the nine named localities and any other locality which achieves city deal status during the term of this framework.
Working in partnership, the Localities are seeking to appoint an independent advisory panel (‘the Panel’) including the position of Chair, to oversee the rigorous economic impact evaluation of their programmes of local growth interventions, based on the impact that those interventions have on local economic growth.
A supplier day will be held on Thursday 24th March 12:00 to 14:30 at 1 Victoria Street, Westminister, London.

Please email to book your place.

Estimated value excluding VAT:
Range: between 300 000 and 700 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
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:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
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
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 1
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
DN121920
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 18.4.2016 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
18.4.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
10.3.2016
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 18.4.2016 - 12:00
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Royal Court of Justice
Strand
WC2A 2LL London
UNITED KINGDOM
E-mail:
Telephone: +44 2079476000

Body responsible for mediation procedures

Mr Paul White
Head of Procurement John Dryden House 8 - 10 The Lakes
NN4 7YD Northampton
UNITED KINGDOM
E-mail:
Telephone: +44 1604366465

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Precise information on deadline(s) for lodging appeals: LGSS will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. The duration of this standstill will be disclosed at this point. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Such additional information should be required from (Refer to address in part 1.1) If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly. Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages.
VI.4.3)Service from which information about the lodging of appeals may be obtained

LGSS Procurement
John Dryden House 8 - 10 the Lakes
NN4 7YD Northampton
UNITED KINGDOM
E-mail:
Telephone: +44 1604366465

VI.5)Date of dispatch of this notice:
9.3.2016