University of Leicester: LUV01088 The provision of marquee hire (temporary demountable structures)

  University of Leicester is using Delta eSourcing to run this tender exercise

Notice Summary
Title: LUV01088 The provision of marquee hire (temporary demountable structures)
Notice type: Contract Notice
Authority: University of Leicester
Nature of contract: Services
Procedure: Open
Short Description: The University’s Estates and Digital Services Department will manage a new framework agreement to facilitate the provision of hired marquees for different events primarily on Centenary Square (Main Campus), and potentially others at City and Oadby locations and potentially also at DeMontfort Hall, Leicester.
Published: 18/08/2022 17:13
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: Event services.
Section I: Contracting Authority
      I.1) Name and addresses
             University of Leicester
             University Road, Leicester, LE1 7RH, United Kingdom
             Tel. +44 1162522058, Email: acm26@le.ac.uk
             Main Address: https://universityofleicester.delta-esourcing.com/
             NUTS Code: UKF22
      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:-Event-services./852D79A48Y
      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/852D79A48Y to the address as in Annex A.III       
      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
            Education

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: LUV01088 The provision of marquee hire (temporary demountable structures)       
      Reference Number: LUV01088
      II.1.2) Main CPV Code:
      79952000 - Event services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The University’s Estates and Digital Services Department will manage a new framework agreement to facilitate the provision of hired marquees for different events primarily on Centenary Square (Main Campus), and potentially others at City and Oadby locations and potentially also at DeMontfort Hall, Leicester.       
      II.1.5) Estimated total value:
      Value excluding VAT: 800,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      44212320 - Miscellaneous structures.
      
      II.2.3) Place of performance:
      UKF22 Leicestershire CC and Rutland
      
      II.2.4) Description of procurement: Marquees and other temporary demountable structures (TDS) have been used for a variety of functions by our students, staff, catering staff and visitors over the last few years. Activities have ranged from hosting dinner parties of up to 300 people, Fresher’s Fairs, Open Days events, Graduation receptions and as student common room space. We also use them as additional space for registration or exhibition space.
The University wishes to appoint up to three suppliers to a framework agreement for a period of three years with the option to extend the agreement for a further 12 months. Marquees and other TDS may be required at any time throughout the year. Tenderers should be able to provide a fully managed service.
Tenderers will be expected to have the ability to adapt/modify requirements based on weather conditions, scale of event, guest profile etc, and to offer designs which reflect the University’s aspirations and offer good value for money.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 800,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      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 OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 3           
         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: Yes       
   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: 21/09/2022 Time: 12:00
            
      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:
         Duration in month(s): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 21/09/2022
         Time: 12:00
      

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 Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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://universityofleicester.delta-esourcing.com/tenders/UK-UK-Leicester:-Event-services./852D79A48Y

To respond to this opportunity, please click here:
https://universityofleicester.delta-esourcing.com/respond/852D79A48Y
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice
       Strand, London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             University of Leicester
          University Road, Leicester, LE17RH, United Kingdom
   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:
          See VI..4.3 below
       University Road, Leicester, LE17RH, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 18/08/2022

Annex A

   
   III) Addresses and contact points to which tenders/requests to participate must be sent:
       University of Leicester
       University Road, Leicester, LE1 7RH, United Kingdom
       Tel. +44 1162522058, Email: acm26@le.ac.uk
       Main Address: https://universityofleicester.delta-esourcing.com/
       NUTS Code: UKF22

View any Notice Addenda

View Award Notice

UK-Leicester: Event services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       University of Leicester
       University Road, Leicester, LE1 7RH, United Kingdom
       Tel. +44 1162522058, Email: acm26@le.ac.uk
       Main Address: https://universityofleicester.delta-esourcing.com/
       NUTS Code: UKF22

   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.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Education

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: LUV01088 The provision of marquee hire (temporary demountable structures)            
      Reference number: LUV01088

      II.1.2) Main CPV code:
         79952000 - Event services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The University’s Estates and Digital Services Department will manage a new framework agreement to facilitate the provision of hired marquees for different events primarily on Centenary Square (Main Campus), and potentially others at City and Oadby locations and potentially also at DeMontfort Hall, Leicester.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 800,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            44212320 - Miscellaneous structures.


      II.2.3) Place of performance
      Nuts code:
      UKF22 - Leicestershire CC and Rutland
   
      Main site or place of performance:
      Leicestershire CC and Rutland
             

      II.2.4) Description of the procurement: Marquees and other temporary demountable structures (TDS) have been used for a variety of functions by our students, staff, catering staff and visitors over the last few years. Activities have ranged from hosting dinner parties of up to 300 people, Fresher’s Fairs, Open Days events, Graduation receptions and as student common room space. We also use them as additional space for registration or exhibition space.
The University wishes to appoint up to three suppliers to a framework agreement for a period of three years with the option to extend the agreement for a further 12 months. Marquees and other TDS may be required at any time throughout the year. Tenderers should be able to provide a fully managed service.
Tenderers will be expected to have the ability to adapt/modify requirements based on weather conditions, scale of event, guest profile etc, and to offer designs which reflect the University’s aspirations and offer good value for money.

      II.2.5) Award criteria:
      Quality criterion - Name: Relevant experience / Weighting: 10
      Quality criterion - Name: Technical and Professional ability / Weighting: 10
      Quality criterion - Name: Response to tender section 3.4 / Weighting: 10
      Quality criterion - Name: Response to tender section 3.5 (service conditions/environmental factors) / Weighting: 5
      Quality criterion - Name: Response to tender section 3.6 (interfaces/dependencies) / Weighting: 5
      Quality criterion - Name: Response to tender section 3.7 (detailed requirements) / Weighting: 10
      Quality criterion - Name: Response to tender section 3.8 (Value added) / Weighting: 5
      Quality criterion - Name: Response to tender section 3.9 (Health and Safety) / Weighting: 5
      Quality criterion - Name: Response to tender section 3.12 (continuous improvement) / Weighting: 5
      Quality criterion - Name: Response to tender section 3.13 (sustainability) / Weighting: 10
      Quality criterion - Name: Response to tender section 3.15 (Contract Management) / Weighting: 5
                  
      Cost criterion - Name: Cost / Weighting: 20
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2022/S 000-023041
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: 1    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/11/2022

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 3          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Relocatable Ltd, 06715344
             Unit N, Key Industrial Park, Fernside Road, Wednesfield, WV13 3YA, United Kingdom
             NUTS Code: UKF22
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Kingsmead Marquees Ltd, 03539809
             4 Leire Road, Frolesworth, LE17 5EA, United Kingdom
             NUTS Code: UKF22
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Simon Florey and Son Marquee Hire Limited, 06619422
             Hale Farm, Kingston Lisle, Wantage, OX28 LS, United Kingdom
             NUTS Code: UKF22
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 800,000          
         Total value of the contract/lot: 800,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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.
To view this notice, please click here:
https://universityofleicester.delta-esourcing.com/delta/viewNotice.html?noticeId=737637423

   VI.4) Procedures for review

      VI.4.1) Review body
          Royal Courts of Justice
          Strand, London, WC2A 2LL, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          University of Leicester
          University Road, Leicester, LE17RH, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          See VI..4.3 below
          University Road, Leicester, LE17RH, United Kingdom

   VI.5) Date of dispatch of this notice: 18/11/2022