Business Consultancy Tender – Programme Management Support
Lot A is focused on providing support to SL to develop and enhance SL’s Programme Management capability (staff, processes and systems) based at both the Sellafield and Risley sites.
United Kingdom-Warrington: Business and management consultancy services
2013/S 221-385268
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Sellafield Ltd
H410, Hinton House, Birchwood Park Avenue, Risley
For the attention of: Matt Armstrong
WA3 6GR Warrington
UNITED KINGDOM
Telephone: +44 19258364104
E-mail: matt.armstrong@sellafieldsites.com
Internet address(es):
General address of the contracting authority: http://www.sellafieldsites.com
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)
I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Other: Nuclear Decommissioning
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Programme Management Support.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Sellafield
Seascale
Cumbria
CA20 1PG
NUTS code UKD
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 1 720 000 and 2 848 000 GBP
II.1.5)Short description of the contract or purchase(s)
The scope of work is split into 2 lots.
Lot A is focused on providing support to SL to develop and enhance SL’s Programme Management capability (staff, processes & systems) based at both the Sellafield and Risley sites.
Lot B is focused on independent measurement and assessment of SL’s Programme Management performance using maturity benchmarking.
II.1.6)Common procurement vocabulary (CPV)
79410000, 72224000, 79421000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 1 720 000 and 2 848 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Programme Management Support Framework – Lot A
1)Short description
Lot A – Capability Development.
2)Common procurement vocabulary (CPV)
79410000, 72224000, 79421000
3)Quantity or scope
Lot A is focused on providing support to SL to develop and enhance SL’s Programme Management capability (staff, processes & systems) based at both the Sellafield and Risley sites.
Estimated value excluding VAT:
Range: between 1 560 000 and 2 408 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
Lot No: 2 Lot title: Programme Management Support Framework – Lot B
1)Short description
Lot B – Assurance & Benchmarking.
2)Common procurement vocabulary (CPV)
79410000, 72224000, 79421000
3)Quantity or scope
Lot B is focused on independent measurement and assessment of SL’s Programme Management performance using maturity benchmarking.
Estimated value excluding VAT:
Range: between 160 000 and 440 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5)Additional information about lots
Lot No: 3 Lot title: Created in error
1)Short description
Created in error.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Created in error.
Estimated value excluding VAT: 0 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 0 (from the award of the contract)
5)Additional information about lots
CREATED IN ERROR
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Parent company guarantees may be required at Sellafield Ltd’s discretion.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment terms will be as stated in Sellafield’s tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No legal form is required, but in the event of a group of contractors submitting an acceptable offer, it will be necessary to provide an undertaking that each company or firm will be jointly and severally responsible for the due performance of the contract.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Tenderers will be required to provide information as requested via Sellafield Ltd’s CTM system or via the nominated Sellafield Ltd representative, details of which are set out at section I.1 of this notice. These details are a mandatory requirement for being eligible to participate in the tender.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Tenderers will be required to provide information as requested via Sellafield Ltd’s CTM system or via the nominated Sellafield Ltd representative, details of which are set out at section I.1 of this notice. These details are a mandatory requirement for being eligible to participate in the tender.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Tenderers will be required to provide information as requested via Sellafield Ltd’s CTM system or via the nominated Sellafield Ltd representative, details of which are set out at section I.1 of this notice. These details are a mandatory requirement for being eligible to participate in the tender.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Tenderers will be required to provide information as requested via Sellafield Ltd’s CTM system or via the nominated Sellafield Ltd representative, details of which are set out at section I.1 of this notice. These details are a mandatory requirement for being eligible to participate in the tender.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: yes
Additional information about electronic auction: If and when this requirement is offered to tender, this may be done in whole or in part via electronic means, and may also be through the medium of an electronic reverse auction.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 16.12.2013 – 11:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
23.12.2013 – 11:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Tenderers must register their interest, obtain further information for this contract and submit their tender response via Sellafield Ltd’s CTM system which can be found at the following address
https://sharedsystems.eu-supply.com/login.asp?b=sellafield&target=&timeout=
Initial registration of your company is achieved by using the above site and then clicking on Company Registration.
For guidance on using/registering for CTM please access the training pages from Sellafield Ltd’s website which can be found at the following address http://www.sellafieldsites.com/
Use of CTM is not a qualification criteria but is Sellafield Ltd’s preferred method for submissions. Further details can be obtained regarding this contract and/or CTM through the nominated Sellafield Ltd representative detailed in this notice.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Sellafield Ltd
Banna Court, Ingwell Drive, Westlakes Science Park
CA24 3HW Moor Row, Cumbria
UNITED KINGDOM
Internet address: http://www.sellafieldsites.com
Body responsible for mediation procedures
London Court of International Arbitration
70 Fleet Street
EC4 1EU London
UNITED KINGDOM
E-mail: lcia@lcia.org
Telephone: +44 2079367007
Fax: +44 2079367008
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Deadline for lodging an appeal shall be in accordance with the provisions of regulation 32 of the Public Contracts Regulations 2006 (S.I 2006 No.5).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:13.11.2013