Executive Recruitment Tender for University of Exeter
The University is seeking to appoint a framework of suitably qualified providers to work with the University on national and international executive search assignments for both senior management and academic appointments.
UK-Exeter: Recruitment services
2013/S 124-213135
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
University of Exeter
Procurement Services, Northcote House, Streatham Campus
Contact point(s): www.in-tendhost.co.uk/university of exeter
EX4 4QJ Exeter
UNITED KINGDOM
Telephone: +44 1392661000
Internet address(es):
General address of the contracting authority: www.exeter.ac.uk
Address of the buyer profile: www.in-tendhost.co.uk/universityofexeter
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Section II: Object of the contract
Service category No 22: Personnel placement and supply services
NUTS code UKK4
maximum number of participants to the framework agreement envisaged: 3
Duration of the framework agreement
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 150 000 and 450 000 GBP
79600000, 79610000, 79620000, 79621000
Estimated value excluding VAT:
Range: between 150 000 and 450 000 GBP
Section III: Legal, economic, financial and technical information
Description of particular conditions: As set out and requested in the Pre-Qualifying Questionnaire (PQQ) and/or the Invitation to Tender (ITT).
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established
(c) A statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available
As set out and requested in the Pre-Qualifying Questionnaire (PQQ) and/or the Invitation to Tender (ITT)
Minimum level(s) of standards possibly required: As set out and requested in the Pre-Qualifying Questionnaire (PQQ) and/or the Invitation to Tender (ITT).
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: – where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, – where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work
(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities
(e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years
(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract
(k) With regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards
As set out and requested in the Pre-Qualifying Questionnaire (PQQ) and/or the Invitation to Tender (ITT)
Minimum level(s) of standards possibly required:
As set out and requested in the Pre-Qualifying Questionnaire (PQQ) and/or the Invitation to Tender (ITT).
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: As set out in the Pre-Qualifying Questionnaire (PQQ) and/or the Invitation to Tender (ITT).
Section VI: Complementary information
Applicants will be required to register their interest for the relevant tender documents (e.g. PQQ, ITT) on the University of Exeter’s electronic tendering ‘In-Tend’ system (http://in-tendhost.co.uk/universityofexeter/asp/home.asp ) as indicated in II.1.5 by the time/date indicated in IV.3.4. All documents relating to this procurement (e.g. PQQ,ITT) will be released via the ‘In-Tend’ only. Applicants must go to
http://in-tendhost.co.uk/universityofexeter/asp/home.asp to express and interest against the specific opportunity as stated on this Contract Notice. The procurement exercise is completely managed via this electronic system and only registering on http://in-tendhost.co.uk/universityofexeter/asp/home.asp will ensure that you receive all the relevant information and follow-up document. Registration is free of charge to potential contractors/suppliers.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=64071222
GO Reference: GO-2013626-PRO-4906835
University of Exeter
Procurement Services, Northcote House, Streatham Campus
EX44JQ Exeter
UNITED KINGDOM
Telephone: +44 1392661000
Internet address: www.in-tendhost.co.uk/university of exeter
VI.5)Date of dispatch of this notice:26.6.2013