University of Exeter has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | UOE/2013/029 - Executive Recruitment |
Notice type: | Contract Notice |
Authority: | University of Exeter |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The University is seeking to appoint a framework of suitably qualified providers to work with the University on national and international executive search assignments for both senior management and academic appointments. A successful Tenderer would have the expertise, skills and a thorough understanding of the UK Higher Education (HE) market (or similar) and be familiar with the challenges within the HE sector or similar sectors: particularly with regard to working with top ten Universities to secure successful senior academic and executive level appointments. |
Published: | 26/06/2013 09:03 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
University of Exeter
Procurement Services,, Northcote House, Streatham Campus, Exeter, EX4 4QJ, United Kingdom
Tel. +44 1392661000, URL: www.exeter.ac.uk, URL: www.in-tendhost.co.uk/universityofexeter
Contact: www.in-tendhost.co.uk/university of exeter
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Education
I.4) Contract award on behalf of other contracting authorities:
Not Provided
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: UOE/2013/029 - Executive Recruitment
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 22
Region Codes: UKK4 - Devon
II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement
II.1.4)Information on framework agreement:
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 3
Duration of the framework agreement:
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement:
Range between: 150,000 and 450,000
Currency: GBP
II.1.5)Short description of the contract or purchase:
Recruitment services. Placement services of personnel. Supply services of personnel including temporary staff. Supply services of office personnel. The University is seeking to appoint a framework of suitably qualified providers to work with the University on national and international executive search assignments for both senior management and academic appointments. A successful Tenderer would have the expertise, skills and a thorough understanding of the UK Higher Education (HE) market (or similar) and be familiar with the challenges within the HE sector or similar sectors: particularly with regard to working with top ten Universities to secure successful senior academic and executive level appointments.
II.1.6)Common Procurement Vocabulary:
79600000 - Recruitment services.
79610000 - Placement services of personnel.
79620000 - Supply services of personnel including temporary staff.
79621000 - Supply services of office personnel.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: Yes
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Provision of Executive Recruitment provider to add significant value to the University’s recruitment plans. The Contract award is for an initial period of 2 (two) years from the start of the Contract and may be extended for a further two years (in one year periods) depending on Key Performance Indicators (KPIs) which will be made available in the tender documents.
Estimated value excluding VAT:
Range between: 150,000 and 450,000
Currency: GBP
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Not Provided
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As set out and requested in the Pre-Qualifying Questionnaire (PQQ) and/or the Invitation to Tender (ITT)
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out and requested in the Pre-Qualifying Questionnaire (PQQ) and/or the Invitation to Tender (ITT)
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As set out and requested in the Pre-Qualifying Questionnaire (PQQ) and/or the Invitation to Tender (ITT)
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
As set out and requested in the Pre-Qualifying Questionnaire (PQQ) and/or the Invitation to Tender (ITT)
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
As set out and requested in the Pre-Qualifying Questionnaire (PQQ) and/or the Invitation to Tender (ITT)
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
As set out and requested in the Pre-Qualifying Questionnaire (PQQ) and/or the Invitation to Tender (ITT)
Minimum Level(s) of standards possibly required:
As set out and requested in the Pre-Qualifying Questionnaire (PQQ) and/or the Invitation to Tender (ITT)
III.2.3)Technical capacity
Technical capacity - means of proof required
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
Information and formalities necessary for evaluating if requirements are met:
As set out and requested in the Pre-Qualifying Questionnaire (PQQ) and/or the Invitation to Tender (ITT)
Minimum Level(s) of standards possibly required:
As set out and requested in the Pre-Qualifying Questionnaire (PQQ) and/or the Invitation to Tender (ITT)
III.2.4)Information about reserved contracts:
The contract is restricted to sheltered workshops
The execution of the contract is restricted to the framework of sheltered employment programmes
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: Not Provided
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: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged number of operators: 5
Objective Criteria for choosing the limited number of candidates:
As set out in the Pre-Qualifying Questionnaire (PQQ) and/or the Invitation to Tender (ITT)
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: UOE/2013/029 - Executive Recruitment
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Not Provided
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 31/07/2013
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 19/08/2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: Not Provided
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: Not Provided
VI.3)Additional Information: Applicants will be required to register their interest for the relevant tender documents (e.g. PQQ, ITT) on the University of Exeter’s electronic tendering ‘In-Tend’ system (http://in-tendhost.co.uk/universityofexeter/asp/home.asp ) as indicated in II.1.5 by the time/date indicated in IV.3.4. All documents relating to this procurement (e.g. PQQ,ITT) will be released via the ‘In-Tend’ only. Applicants must go to
http://in-tendhost.co.uk/universityofexeter/asp/home.asp to express and interest against the specific opportunity as stated on this Contract Notice. The procurement exercise is completely managed via this electronic system and only registering on http://in-tendhost.co.uk/universityofexeter/asp/home.asp will ensure that you receive all the relevant information and follow-up document. Registration is free of charge to potential contractors/suppliers.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=64071222
GO-2013626-PRO-4906835 TKR-2013626-PRO-4906834
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
University of Exeter
Procurement Services, Northcote House, Streatham Campus, Exeter, EX44JQ, United Kingdom
Tel. +44 1392661000, URL: www.in-tendhost.co.uk/university of exeter
VI.4.2)Lodging of appeals: This 'authority' 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) 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). Candidates and tenderers are advised to seek specialist legal advice as to their rights, and any remedies available to them, under the Public Contracts Regulations 2006 (as amended).
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 26/06/2013
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Exeter: Recruitment services.
I.1)Name, Addresses and Contact Point(s):
University of Exeter
Procurement Services,, Northcote House, Streatham Campus, Exeter, EX44QJ, United Kingdom
Tel. +44 1392661000, URL: www.exeter.ac.uk, URL: www.in-tendhost.co.uk/universityofexeter
Contact: www.in-tendhost.co.uk/university of exeter
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Education
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: UOE/2013/029 - Executive Recruitment
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 22
Do you agree to the publication of this notice?: Yes
Region Codes: UKK4 - Devon
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Recruitment services. Placement services of personnel. Supply services of personnel including temporary staff. Supply services of office personnel. The University has appointed a framework of suitably qualified providers to work with the University on national and international executive search assignments for both senior management and academic appointments.
II.1.5)Common procurement vocabulary:
79600000 - Recruitment services.
79610000 - Placement services of personnel.
79620000 - Supply services of personnel including temporary staff.
79621000 - Supply services of office personnel.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Not Provided
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Compliance to the Specification - 50
Pricing Schedule - 30
Presentation - 20
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: UOE/2013/029 - Executive Recruitment
IV.3.2)Previous publication(s) concerning the same contract: Yes
Contract notice
Notice number in OJ: 2013/S 124 - 213135 of 28/06/2013
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 04/11/2013
V.2) Information About Offers
Number Of Offers Received: 3
Number Of Offers Received By Electronic Means: 3
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Perrett Laver Ltd
Postal address: 8-10 Great George Street
Town: London
Postal code: SW1P3AE
Country: United Kingdom
Email: mail@perrettlaver.com
Telephone: +44 2073406200
Fax: +44 2073406201
Internet address: www.perrettlaver.com
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
2: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 04/11/2013
V.2) Information About Offers
Number Of Offers Received: 3
Number Of Offers Received By Electronic Means: 3
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Saxton Bampfylde
Postal address: 35 Old Queen Street
Town: London
Postal code: SW1H 9JA
Country: United Kingdom
Email: Ed.bampfylde@saxbam.com
Telephone: +44 2072270800
Internet address: www.saxbam.com
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
3: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 04/11/2013
V.2) Information About Offers
Number Of Offers Received: 3
Number Of Offers Received By Electronic Means: 3
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: IRG Advisors LLP (Trading as Odgers Berndtson)
Postal address: 20 Cannon Street
Town: London
Postal code: EC4M6XD
Country: United Kingdom
Email: bid.management@odgersberndtson.com
Telephone: +44 2075291111
Fax: +44 2075291000
Internet address: www.odgersberndtson.co.uk
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: Not Provided
VI.2)Additional Information:
Applicants registered their interest for the relevant tender documents (PQQ, ITT) on the University of Exeter’s electronic tendering ‘In-Tend’ system (http://in-tendhost.co.uk/universityofexeter/asp/home.asp ). All documents relating to this procurement (e.g. PQQ,ITT) were released via ‘In-Tend’.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=86453257
GO-201436-PRO-5508793 TKR-201436-PRO-5508792
VI.3.1)Body responsible for appeal procedures:
University of Exeter
Procurement Services, Northcote House, Streatham Campus, Exeter, EX44JQ, United Kingdom
Tel. +44 1392661000, Email: procurement@exeter.ac.uk, URL: www.in-tendhost.co.uk/university of exeter
VI.3.2)Lodging of appeals: This 'authority' incorporated a standstill period at the point information on the award of the contract was communicated to tenderers. That notification provided full information on the award decision.
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 06/03/2014