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

DARD - Social Impact Assessment of Rural Community Development Support Service.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Department of Agiculture & Rural Devlopment
Rural Devlopment South Glenree House Unit 2 Springhill Road Carbane Industrial Estate
For the attention of: Paul McMinn
BT35 6EF Newry
UNITED KINGDOM
Telephone: +44 2890816527
E-mail:

Internet address(es):

General address of the contracting authority: http://www.dfpni.gov.uk/cpd

Address of the buyer profile: https://e-sourcingni.bravosolution.co.uk/web/login.shtml

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
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

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
DARD - Social Impact Assessment of Rural Community Development Support Service.
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
Main site or location of works, place of delivery or of performance: Northern Ireland.

NUTS code UKN

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Department is very focused on how it is measuring impact/outputs on tackling poverty. In order to address this issue Rural Development Division (RDD) wishes to conduct a social impact assessment exercise on our rural community development service between 2012-2015.
II.1.6)Common procurement vocabulary (CPV)

98110000, 98000000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
II.1.9)Information about variants
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
While a community will develop without outside assistance, the provision of support, in the form of advice and training, will make the process more effective. Such support to community development includes ensuring that:
Rural organisations have access to key generic and thematic infrastructure support they need to function effectively and efficiently;
Rural organisations are supported to achieve their objectives as well as provide an improved quality of service to their customers;
Rural organisations are fully supported to avail of government programmes/initiatives that are available to them;
Rural organisations are supported in maintaining effective governance arrangements, obtain and better manage resources, and improve sustainability;
Rural organisations are supported in articulating their voice during policy development;
Increased participation in community development in rural areas and better quality community development;
Improved working relationships, better collaboration and more effective partnerships within rural communities.
DARD needs to ensure community involvement that is capable of making decisions as owners of the projects and making effective use of resources. Central to this is the need for community groups to be able to access effective support services to assist their development. This includes undergoing such stages as reviewing their actions and identifying best practices. These stages will require the guidance of the support service to bring experience from outside of the community to the group either directly or by allowing the building of cross community relations.
All of this can best be achieved by a Programme which aims to provide solutions that address the particular and distinct challenges faced by rural people/communities in relation to Community Development issues.
The Rural Community Development Support service has a number of key output areas and monitoring mechanisms which will be used to assess progress during the programme and a post-programme evaluation will also be undertaken. However, we are also seeking to develop and implement a new Social Impact Assessment which will complement these performance measurement processes but which will focus specifically on the outcomes of the programme. The involvement of both programme and project stakeholders will be of critical importance.
The consultant should provide an overarching framework of programme level outcomes and apply a method to measure project baseline and change against these outcomes.
The minimum projected outputs from this assignment are expected to be:
By 31.3.2014 the consultants will develop an outcomes framework for each of the eight contract areas, approved by the Project Steering Group.
By 31.3.2014 the consultants will establish a minimum of 2 community based project teams in each of the eight contract areas and complete a baseline document in each area against an agreed outcomes framework.
By 30.3.2014 the consultants will produce an Interim Report on the Social Impact Assessment of the Rural Community Development Support Service at programme level to be agreed with the Project Steering Group.
From 1.3.2014 to 31.3.2015 the consultants will host quarterly meetings with the individual project teams to enable them to generate outcomes evidence and update the outcomes framework.
By 31.3.2015 the consultants will provide a final report for each project team and a summary report for each contract area on the variance from the baseline figures in the outcomes framework.
By 31.3.2015 the consultants will produce a Final Report on the Social Impact Assessment of the Rural Community Development Support Service at programme level to be agreed with the Project Steering Group.
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 15 (from the award of the contract)

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:

As detailed in Tender documents which can be accessed at the following URL location: www.e-sourcingni.bravosolution.co.uk/web/login.shtml

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

As detailed in Tender documents which can be accessed at the following URL location: www.e-sourcingni.bravosolution.co.uk/web/login.shtml

III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes

Description of particular conditions: As detailed in Tender documents which can be accessed at the following URL location: www.e-sourcingni.bravosolution.co.uk/web/login.shtml

III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: As detailed in Tender documents which can be accessed at the following URL location: www.e-sourcingni.bravosolution.co.uk/web/login.shtml

III.2.2)Economic and financial ability

Information and formalities necessary for evaluating if the requirements are met: As detailed in Tender documents which can be accessed at the following URL location: www.e-sourcingni.bravosolution.co.uk/web/login.shtml

Minimum level(s) of standards possibly required: As detailed in Tender documents which can be accessed at the following URL location: www.e-sourcingni.bravosolution.co.uk/web/login.shtml

III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:

As detailed in Tender documents which can be accessed at the following URL location: www.e-sourcingni.bravosolution.co.uk/web/login.shtml

Minimum level(s) of standards possibly required:
Profesional Ability Requirements
[SC1] Tenderers must demonstrate that that the nominated team involved in the delivery of this project has experience of measuring social impact within Northern Ireland.
To do this, tenderers must provide a minimum of 2 examples within the last three years, one of which must be in a rural area, to demonstrate that they have the necessary experience as a combined unit to cover the above areas. Tenderers must nominate a lead consultant and each team member nominated must demonstrate experience in the measurement of social impact.
Each example must include the project title, start and end date, project description and the individual's role and responsibility within that project.
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

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
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:
Project 14245
IV.3.2)Previous publication(s) concerning the same contract
no
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: 20.11.2013 - 15:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
20.11.2013 - 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 20.11.2013 - 15:00
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
Suppliers Instructions How to Express Interest in this Tender:

1. Register your company on the eSourcing portal (this is only required once): https://e-sourcingni.bravosolution.co.uk and click the link to register;

- Accept the terms and conditions and click ‘continue';
- Enter your correct business and user details;
- Note the username you chose and click ‘Save' when complete;
- You will shortly receive an email with your unique password (please keep this secure).
2. Express an Interest in the tender
- Login to the portal with the username/password;
- Click the ‘PQQs/ITTs Open To All Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier);
- Click on the relevant PQQ/ITT to access the content;
- Click the ‘Express Interest' button at the top of the page;
- This will move the PQQ/ITT into your ‘My PQQs/My ITTs' page. (This is a secure area reserved for your projects only)
- You can now access any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ITT Details' box.
3. Responding to the tender
- Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline to Respond' (please give a reason if declining);
- You can now use the ‘Messages' function to communicate with the buyer and seek any clarification;
- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT;
- There may be a mixture of online and offline actions for you to perform (there is detailed online help available) You must then submit your reply using the ‘Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
The successful contractor's performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate of Unsatisfactory Performance will result in the contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of twelve months from the date of issue of the certificate.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: CPD will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into The Public Contracts Regulations 2006 (SI 2006 No 5)/ Utilities Contracts Regulations (SI 2005 No 6) 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).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
9.10.2013