University of Leicester is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | The provision of a Global Study Centre to the University of Leicester |
Notice type: | Contract Notice |
Authority: | University of Leicester |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The University seeks a supplier to recruit appropriately qualified students from a diversity of countries and to deliver high quality programmes and student support services which will result in strong progression rates to meet the University's ambitious targets for international student recruitment through this channel. |
Published: | 31/08/2018 16:18 |
View Full Notice
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
Contact: Anthony Midgley
Main Address: http://www.le.ac.uk
NUTS Code: UKF2
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: http://www.delta-esourcing.com/tenders/UK-UK-Leicester:-Operation-of-an-educational-centre./Y4N9456K3A
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: The provision of a Global Study Centre to the University of Leicester
Reference Number: LUV00717
II.1.2) Main CPV Code:
80490000 - Operation of an educational centre.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The University seeks a supplier to recruit appropriately qualified students from a diversity of countries and to deliver high quality programmes and student support services which will result in strong progression rates to meet the University's ambitious targets for international student recruitment through this channel.
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
80300000 - Higher education services.
II.2.3) Place of performance:
UKF2 Leicestershire, Rutland and Northamptonshire
II.2.4) Description of procurement: The University has ambitious plans for growth in both home and international student numbers, and the University of Leicester Global Study (GSC) will play a significant part in delivering new international student numbers.
The contract for the provision of a similar service (the International Study Centre) comes to an end in August 2019 and this procurement is to appoint a provider of foundation year programmes (for international students who do not meet direct entry requirements for the University’s undergraduate degree programmes), the International Year 1 (IY1) programme, and in future years a pre-masters programme.
Tenderers will be expected to demonstrate, given competitive market conditions, that they have the marketing experience, extensive outreach and agent networks to reach the global market for pathway programmes and recruit appropriately-qualified students from a diversity of source countries, and the capacity to deliver high-quality programmes and student support services which will result in strong progression rates which will meet the University’s ambitious targets for international student recruitment through this channel.
Tendering organisations will also be expected to address the issue of managing similar relationships with other UK and overseas universities and their capacity and strategies to manage competing demands from their portfolio of partner universities.
The University seeks proposals and projections for recruitment targets of 2,000 students by 2028 across the programme portfolio offered, with minimum progression rates to University Bachelor’s degree programmes in the region of 95%.
To support the successful tenderer in achieving recruitment targets, the University will provide support, the level of which is to be agreed, in the area of marketing and recruitment planning and activity, including in-country support in selected target markets, as well as incentives linked to recruitment/progression performance.
Contract period:
The successful tenderer will be expected to recruit and support a first intake to the designated programmes in September 2019. The initial agreement will be for a period of 5 years, renewable after a satisfactory performance review in September 2021 for a further period of up to 5 years.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 120
This contract is subject to renewal: Yes
Description of renewals: The initial agreement will be for a period of 5 years, renewable after a satisfactory performance review for a further period of up to 5 years.
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:
n/a
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 - 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: 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: 05/10/2018 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: 05/10/2018
Time: 12:00
Place:
University of Leicester
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:-Operation-of-an-educational-centre./Y4N9456K3A
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Y4N9456K3A
VI.4) Procedures for review
VI.4.1) Review body:
University of Leicester
University Road, Leicester, LE1 7RH, United Kingdom
Tel. +44 1162522058
VI.4.2) Body responsible for mediation procedures:
See VI.4.3 below
Leicester, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In accordance with Regulations 86 and 87 of the Public Contracts Regulations 2015, the University will incorporate a minimum of 10 calendar days standstill period starting from the day information on the award of the contract is communicated to tenderers. The Regulations 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).
VI.4.4) Service from which information about the lodging of appeals may be obtained:
See V1.4.3 above
Leicester, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 31/08/2018
Annex A
View any Notice Addenda
View Award Notice
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
Contact: Anthony Midgley
Main Address: http://www.le.ac.uk
NUTS Code: UKF2
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: The provision of a Global Study Centre to the University of Leicester
Reference number: LUV00717
II.1.2) Main CPV code:
80490000 - Operation of an educational centre.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The University seeks a supplier to recruit appropriately qualified students from a diversity of countries and to deliver high quality programmes and student support services which will result in strong progression rates to meet the University's ambitious targets for international student recruitment through this channel.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 9,300,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
80300000 - Higher education services.
II.2.3) Place of performance
Nuts code:
UKF2 - Leicestershire, Rutland and Northamptonshire
Main site or place of performance:
Leicestershire, Rutland and Northamptonshire
II.2.4) Description of the procurement: The University has ambitious plans for growth in both home and international student numbers, and the University of Leicester Global Study (GSC) will play a significant part in delivering new international student numbers.
The contract for the provision of a similar service (the International Study Centre) comes to an end in August 2019 and this procurement is to appoint a provider of foundation year programmes (for international students who do not meet direct entry requirements for the University’s undergraduate degree programmes), the International Year 1 (IY1) programme, and in future years a pre-masters programme.
Tenderers will be expected to demonstrate, given competitive market conditions, that they have the marketing experience, extensive outreach and agent networks to reach the global market for pathway programmes and recruit appropriately-qualified students from a diversity of source countries, and the capacity to deliver high-quality programmes and student support services which will result in strong progression rates which will meet the University’s ambitious targets for international student recruitment through this channel.
Tendering organisations will also be expected to address the issue of managing similar relationships with other UK and overseas universities and their capacity and strategies to manage competing demands from their portfolio of partner universities.
The University seeks proposals and projections for recruitment targets of 2,000 students by 2028 across the programme portfolio offered, with minimum progression rates to University Bachelor’s degree programmes in the region of 95%.
To support the successful tenderer in achieving recruitment targets, the University will provide support, the level of which is to be agreed, in the area of marketing and recruitment planning and activity, including in-country support in selected target markets, as well as incentives linked to recruitment/progression performance.
Contract period:
The successful tenderer will be expected to recruit and support a first intake to the designated programmes in September 2019. The initial agreement will be for a period of 5 years, renewable after a satisfactory performance review in September 2021 for a further period of up to 5 years.
II.2.5) Award criteria:
Quality criterion - Name: Response to contract specification Section 3.2-3.9 / Weighting: 45
Quality criterion - Name: Student Recruitment / Weighting: 5
Quality criterion - Name: Education / Weighting: 5
Quality criterion - Name: Facility and Location / Weighting: 5
Quality criterion - Name: Delivery Team / Weighting: 5
Quality criterion - Name: Relevant Experience and Contract Examples / Weighting: 5
Cost criterion - Name: Price / Weighting: 30
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: 2018/S 169-384937
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: 21/02/2019
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0 (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: 0
Number of tenders received by electronic means: 1
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Leicester Global Study Centre Ltd
Littlemore Park, Armstrong Road, Oxford, OX4 4FY, United Kingdom
NUTS Code: UKJ14
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 9,300,000
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://www.delta-esourcing.com/delta/viewNotice.html?noticeId=379333641
VI.4) Procedures for review
VI.4.1) Review body
University of Leicester
University Road, Leicester, LE1 7RH, United Kingdom
Tel. +44 1162522058
VI.4.2) Body responsible for mediation procedures
See VI.4.3 below
Leicester, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: In accordance with Regulations 86 and 87 of the Public Contracts Regulations 2015, the University will incorporate a minimum of 10 calendar days standstill period starting from the day information on the award of the contract is communicated to tenderers. The Regulations 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).
VI.4.4) Service from which information about the review procedure may be obtained
See V1.4.3 above
Leicester, United Kingdom
VI.5) Date of dispatch of this notice: 25/02/2019