Stonewater Limited : Interior Design Services

  Stonewater Limited is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Interior Design Services
Notice type: Contract Notice
Authority: Stonewater Limited
Nature of contract: Services
Procedure: Restricted
Short Description: Stonewater is seeking to appoint an experienced Interior Designer to lead and advise Stonewater on the interior design and use of the most appropriate design products that create pleasing environment for the wellbeing of Stonewater residents in our existing Retirement Living Schemes. Each scheme is different but generally consists of communal accommodation described in the Interior Design Work section below. Stonewater want the designs and choice of materials to impress residents and visitors to their schemes. We want our staff and residents to be proud of their homes and demonstrate that Stonewater are leading the way in this sector. The Interior Designer, where instructed by Stonewater should be bold and confident with their designs and shall be responsible for the project delivery/management of the finishes. We estimate there will be around six projects refurbished annually located throughout England.
Published: 15/11/2019 11:00
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Leicester: Interior design services.
Section I: Contracting Authority
      I.1) Name and addresses
             Stonewater Limited, United Kingdom
             https://www.stonewater.org/, Grange Business Park, Enderby Road, Whetstone, Leicester, LE8 6EP, United Kingdom
             Tel. +44 7387024336, Email: andrew.russell@stonewater.org
             Contact: Andrew Russell
             Main Address: https://www.stonewater.org/, Address of the buyer profile: https://www.stonewater.org/
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Leicester:-Interior-design-services./2372P9Y46T
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/2372P9Y46T to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Interior Design Services       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      79932000 - Interior design services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Stonewater is seeking to appoint an experienced Interior Designer to lead and advise Stonewater on the interior design and use of the most appropriate design products that create pleasing environment for the wellbeing of Stonewater residents in our existing Retirement Living Schemes.
Each scheme is different but generally consists of communal accommodation described in the Interior Design Work section below.
Stonewater want the designs and choice of materials to impress residents and visitors to their schemes. We want our staff and residents to be proud of their homes and demonstrate that Stonewater are leading the way in this sector.
The Interior Designer, where instructed by Stonewater should be bold and confident with their designs and shall be responsible for the project delivery/management of the finishes.
We estimate there will be around six projects refurbished annually located throughout England.       
      II.1.5) Estimated total value:
      Value excluding VAT: 400,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The tender will be conducted through a restricted procedure, encompassing a number of stages to assess technical and commercial elements. The tender will not be divided into Lots.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Technical Assessment / Weighting: 40
            Quality criterion - Name: Presentation Against Pre-Defined Brief / Weighting: 20
                        
            Cost criterion - Name: Pricing Submission against brief / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 400,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 16/12/2019 Time: 17:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 18/12/2019       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Leicester:-Interior-design-services./2372P9Y46T

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2372P9Y46T
   VI.4) Procedures for review
   VI.4.1) Review body:
             Stonewater Limited
       Suite C, Lancaster House, Grange Business Park, Enderby Road, Whetstone, Leicester, LE8 6EP, United Kingdom
       Tel. +44 7387024336, Email: andrew.russell@stonewater.org
       Internet address: https://www.stonewater.org/
   VI.4.2) Body responsible for mediation procedures:
             Stonewater Limited
          Suite C, Lancaster House, Grange Business Park, Enderby Road, Whetstone, Leicester, LE8 6EP, United Kingdom
          Tel. +44 7387024336, Email: andrew.russell@stonewater.org
          Internet address: https://www.stonewater.org/
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Stonewater Limited
       Suite C, Lancaster House, Grange Business Park, Enderby Road, Whetstone, Leicester, LE8 6EP, United Kingdom
       Tel. +44 7387024336, Email: andrew.russell@stonewater.org
       Internet address: https://www.stonewater.org/
   VI.5) Date Of Dispatch Of This Notice: 15/11/2019

Annex A


View any Notice Addenda

View Award Notice