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 |
View Full Notice
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