Tender

Selection Questionnaire to establish a DPS for the Provision of Specialist Consultancy Services - Steamhouse 2023

  • Birmingham City University

F02: Contract notice

Notice identifier: 2023/S 000-020215

Procurement identifier (OCID): ocds-h6vhtk-03e1ce

Published 14 July 2023, 10:05am



Section one: Contracting authority

one.1) Name and addresses

Birmingham City University

Joseph Priestley Building, Cardigan Street

Birmingham

B4 7BD

Contact

Fatheha Begum

Email

fatheha.begum@bcu.ac.uk

Telephone

+44 1213316204

Country

United Kingdom

Region code

UKG3 - West Midlands

Internet address(es)

Main address

https://www.bcu.ac.uk/

Buyer's address

www.bcu.ac.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.delta-esourcing.com/delta/buyers/select/viewListStatus.html?id=794087830

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/delta/buyers/select/viewListStatus.html?id=794087830

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Selection Questionnaire to establish a DPS for the Provision of Specialist Consultancy Services - Steamhouse 2023

Reference number

PS101

two.1.2) Main CPV code

  • 73000000 - Research and development services and related consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

This Dynamic purchasing system (DPS) is for the Provision of specialist consultancy services with the main areas of services being as follows:

Lot 1 — Proposal writers capable of pulling together bid proposals to submit to funding agencies working in partnership with the RIE and Academic team.

Lot 2 — Technical specialists and consultants in thematic areas who are capable of providing detailed guidance and specific partnering to underpin the thinking of strategic projects, initiatives, and potential funding proposals. Themes will include, but not be limited to, sustainable futures, digital, creativity, design and innovation, health and quality of life, economic development, and partnership development.

Lot 3 — Intellectual Property specialists who can support the development of commercialisation guidance relating to intellectual property.

Lot 4 - Trainers - Learning and Development Consultancy specialists.

two.1.5) Estimated total value

Value excluding VAT: £1,500,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 4

two.2) Description

two.2.1) Title

Proposal Writers

Lot No

1

two.2.2) Additional CPV code(s)

  • 72221000 - Business analysis consultancy services
  • 79411000 - General management consultancy services
  • 73220000 - Development consultancy services

two.2.3) Place of performance

NUTS codes
  • UKG3 - West Midlands
Main site or place of performance

West Midlands

two.2.4) Description of the procurement

Provision of Proposal Writers capable of pulling together bid proposals to submit to funding agencies working in partnership with the RIEE and Academic team. 2.1.1.1.This Lot is for organisations to support BCU with the quality of bid writing. Proposal writers should have experience of bid writing in a variety of funding streams including but not limited to Innovate UK, Regional and International Funding (EU, US, Brazil and India) Specialists

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £375,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/46XQ67AN44

two.2) Description

two.2.1) Title

Technical Specialists and Consultants

Lot No

2

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services
  • 73220000 - Development consultancy services
  • 79120000 - Patent and copyright consultancy services
  • 79341100 - Advertising consultancy services
  • 79412000 - Financial management consultancy services
  • 79411000 - General management consultancy services

two.2.3) Place of performance

NUTS codes
  • UKG3 - West Midlands
Main site or place of performance

West Midlands

two.2.4) Description of the procurement

2.2.1.1.This Lot is for firms or individuals to support BCU with technical capability in a variety of areas including the below and any other services which would properly be described as relating to this lot: Infrastructure, Health, Energy, Social Innovation, Built Environment, Automotive, Engineering, Supply Chains, Computing, Big Data, Digital and Creative, Economic Development, and Partnership Development.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £375,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Intellectual Property Specialists

Lot No

3

two.2.2) Additional CPV code(s)

  • 79100000 - Legal services
  • 79140000 - Legal advisory and information services
  • 79120000 - Patent and copyright consultancy services

two.2.3) Place of performance

NUTS codes
  • UKG3 - West Midlands
Main site or place of performance

West Midlands

two.2.4) Description of the procurement

BCU seeks expressions of interests to tender for a panel of firms to support BCU with its Intellectual Property (IP) commercialisation activity.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £375,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Trainers

Lot No

4

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services

two.2.3) Place of performance

NUTS codes
  • UKG3 - West Midlands
Main site or place of performance

West Midlands

two.2.4) Description of the procurement

This Lot is for firms or individuals to support BCU with training capability in a variety of areas including the below and any other services which would properly be described as relating to this lot: Infrastructure, Health, Energy, Social Innovation, Built Environment, Automotive, Engineering, Supply Chains, Computing, Big Data, Digital and Creative, Economic Development, and Partnership Development.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £375,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.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

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

14 August 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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-Birmingham:-Research-and-development-services-and-related-consultancy-services./46XQ67AN44" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Research-and-development-services-and-related-consultancy-services./46XQ67AN44

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/46XQ67AN44" target="_blank">https://www.delta-esourcing.com/respond/46XQ67AN44

GO Reference: GO-2023714-PRO-23405813

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

WC2A 2LL

Country

United Kingdom