UK-Leicester: Event services.

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