University of Exeter : UOE/2013/029 - Executive Recruitment

  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

UK-Exeter: Recruitment services.

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

UK-Exeter: Recruitment services.

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