ESPO has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Consultancy Services Partner - 2108/13 |
Notice type: | Contract Notice |
Authority: | ESPO |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Leicestershire County Council is seeking to build on its successful track record of transformational change by appointing a Strategic Partner to act as a trusted advisor and sounding board to the Council’s senior officers and leadership. The successful bidder will be providing critical advice and constructive challenge and feedback at the highest levels of the authority. The primary purpose of this partnership is to provide the following service: o Acting as a trusted advisor and confidante o Provide senior level boardroom briefings Furthermore the Council would also wish to be able to call on the partner to support the delivery of further transformational change where it is appropriate. Therefore the secondary purpose of the partnership is to provide services including: o Management and business consultancy (including transformational change) o Organisational consultancy (e.g. business strategy and organisational development) o Project and programme management (advice and resource) o ICT resource as necessary to support individual project requirements o Specialist commissioning and procurement advice |
Published: | 21/01/2013 16:01 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Eastern Shires Purchasing Organisation (see www.espo.org) on behalf of Leicestershire County Council
Barnsdale Way, Grove Park, Enderby, Leicester, LE19 1ES, United Kingdom
Tel. +44 1162657926, Fax. +44 1162944399, Email: tenders@espo.org, URL: www.espo.org
Attn: tenders@espo.org
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:
Regional or local authority
I.3) Main activity:
Other: Local Authority Services
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: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Consultancy Services Partner - 2108/13
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 11
Region Codes: UKF22 - Leicestershire CC and Rutland
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Business and management consultancy services. Leicestershire County Council is seeking to build on its successful track record of transformational change by appointing a Strategic Partner to act as a trusted advisor and sounding board to the Council’s senior officers and leadership. The successful bidder will be providing critical advice and constructive challenge and feedback at the highest levels of the authority.
The primary purpose of this partnership is to provide the following service:
o Acting as a trusted advisor and confidante
o Provide senior level boardroom briefings
Furthermore the Council would also wish to be able to call on the partner to support the delivery of further transformational change where it is appropriate. Therefore the secondary purpose of the partnership is to provide services including:
o Management and business consultancy (including transformational change)
o Organisational consultancy (e.g. business strategy and organisational development)
o Project and programme management (advice and resource)
o ICT resource as necessary to support individual project requirements
o Specialist commissioning and procurement advice
II.1.6)Common Procurement Vocabulary:
79410000 - Business and management consultancy services.
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: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Not Provided
II.2.2)Options: Yes
If yes, description of these options: The public contract has the option to extend for up to a further 24 months.
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
Starting: 02/05/2013
Completion: 01/05/2017
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:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
1. The Supplier agrees that there shall be no discrimination by it against any person with respect to opportunity for employment or conditions of employment, because of age, disability, gender reassignment, marital or civil partner status, pregnancy or maternity, race, colour, nationality, ethnic or national origin, religion or belief, sex or sexual orientation. The Supplier shall in all matters arising in the performance of the Agreement comply with the provisions of the Equality Act 2010 and the Human Rights Act 1998 and all other discrimination legislation.
2. This contract will contain a contract monitoring clause which will require suppliers to ensure that their organisation operates within the rating of 30 or more, as shall be determined by use of the credit rating agency, Creditsafe Business Solutions Limited.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
as detailed in the invitation to tender
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Minimum Level(s) of standards possibly required:
as detailed in the invitation to tender
III.2.3)Technical capacity
Technical capacity - means of proof required
Minimum Level(s) of standards possibly required:
as detailed in the invitation to tender
III.2.4)Information about reserved contracts: Not Provided
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: Open
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: 2108/13
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 01/03/2013
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 08/03/2013
Time: 17:00
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
Duration in days: 90
IV.3.8)Conditions for opening tenders
Not Provided
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: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/respondToList.html?noticeId=49627425
GO-2013121-PRO-4530399 TKR-2013121-PRO-4530398
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: ESPO on behalf of Leicestershire County Council, will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2006 (SI 2006 No. 5) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
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: 21/01/2013
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Leicester: Business and management consultancy services.
I.1)Name, Addresses and Contact Point(s):
Leicestershire County Council
c/o ESPO, Barnsdale Way, Grove Park, Enderby, Leicester, LE19 1ES, United Kingdom
Tel. +44 1162657926, Fax. +44 1162944399, Email: tenders@espo.org, URL: www.espo.org
Attn: tenders@espo.org
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: No
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Consultancy Services Partner - 2108/13
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 11
Region Codes: UKF22 - Leicestershire CC and Rutland
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):
Business and management consultancy services. Leicestershire County Council is seeking to build on its successful track record of transformational change by appointing a Strategic Partner to act as a trusted advisor and sounding board to the Council’s senior officers and leadership. The successful bidder will be providing critical advice and constructive challenge and feedback at the highest levels of the authority.
The primary purpose of this partnership is to provide the following service:
o Acting as a trusted advisor and confidante
o Provide senior level boardroom briefings
Furthermore the Council would also wish to be able to call on the partner to support the delivery of further transformational change where it is appropriate. Therefore the secondary purpose of the partnership is to provide services including:
o Management and business consultancy (including transformational change)
o Organisational consultancy (e.g. business strategy and organisational development)
o Project and programme management (advice and resource)
o ICT resource as necessary to support individual project requirements
o Specialist commissioning and procurement advice
II.1.5)Common procurement vocabulary:
79410000 - Business and management consultancy services.
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: Open
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
quality - 70
price - 30
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: 2108/13
IV.3.2)Previous publication(s) concerning the same contract: Yes
Contract notice
Notice number in OJ: 2013/S 17 - 24757 of 24/01/2013
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 05/09/2013
V.2) Information About Offers
Number Of Offers Received: 6
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Capgemini UK Plc
Postal address: 1 Avenue Road, Aston
Town: Birmingham
Postal code: B6 4DU
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
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:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=77478662
GO-20131024-PRO-5218713 TKR-20131024-PRO-5218712
VI.3.1)Body responsible for appeal procedures:
Not Provided
VI.3.2)Lodging of appeals: ESPO on behalf of Leicestershire County Council, will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2006 (SI 2006 No. 5) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
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: 24/10/2013