General Consultancy Services Tender
Cadent Gas Limited seeks to establish a Framework Contract for General Consultancy Services across the following 10 Lots: Lot 1 – Business Strategy Consultancy, Lot 2 – Business Change Consultancy.
United Kingdom-Coventry: Business and management consultancy and related services
2018/S 145-333026
Contract notice – utilities
Services
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addresses
10080864
Ashbrook Court Prologis Park, Central Boulevard
Coventry
CV7 8PE
United Kingdom
Contact person: Liz Gilbert
E-mail: liz.gilbert2@cadentgas.com
NUTS code: UKG33Internet address(es):Main address: https://cadentgas.com/home
I.2)Information about joint procurement
I.3)Communication
Coventry
United Kingdom
Contact person: Liz Gilbert
E-mail: liz.gilbert2@cadentgas.com
NUTS code: UKG33Internet address(es):Main address: https://cadentgas.com/home
Coventry
United Kingdom
Contact person: Liz Gilbert
E-mail: liz.gilbert2@cadentgas.com
NUTS code: UKG33Internet address(es):Main address: https://cadentgas.com/home
I.6)Main activity
Section II: Object
II.1.1)Title:
General Consultancy Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Cadent Gas Limited seeks to establish a Framework Contract for General Consultancy Services across the following 10 Lots:
Lot 1 – Business Strategy Consultancy,
Lot 2 – Business Change Consultancy,
Lot 3 – Customer and Performance Consultancy,
Lot 4 – Financial Consultancy,
Lot 5 – Tax Consultancy,
Lot 6 – Pensions Consultancy,
Lot 7 – Regulatory Consultancy,
Lot 8 – IT Consultancy,
Lot 9 – HR Consultancy,
Lot 10 – Real Estate Consultancy.
Should there be interest in participating in Tender, please send the following information to liz.gilbert2@cadentgas.com
— Company name,
— Company address,
— Contact name,
— Contact email address,
— Contact phone number.
Upon receipt of this information you will receive a system generated email with your access instructions.
Please note: Cadent Gas Limited reserves the right to progress the timeline of the Tender process for one or more Lot/s ahead of others.
Participation conditions apply to this Tender activity. Further details can be found within section VI.3
II.1.6)Information about lots
II.2.1)Title:
Business Strategy Consultancy
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The provision of business strategy consultancy and advisory services covering but not limited to the following areas:
— Business analysis,
— Business risk,
— Corporate/function strategy and planning,
— Organisational effectiveness,
— Business management,
— Lean ways of working,
— Business strategy in regulated environment.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract will include extension options.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Business Change Consultancy
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The provision of consultancy and advisory services covering but not limited to the following areas:
— Organisational design and change implementation,
— Operational, customer service business change,
— Change management,
— Process improvement,
— People and culture,
— Measuring performance
— Risk and controls,
— Transformation.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Extension options may apply.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Customer and Performance
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The provision of consultancy and advisory services covering but not limited to the following areas:
— Customer journey and experience mapping,
— Customer in regulatory environment.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Extension options may apply.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Financial Consultancy
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The provision of consultancy and advisory services covering but not limited to the following areas:
— Financial strategies, policies, processes and organisation,
— Developing financial efficiency,
— Specialist investment and financial market advisory services, capital funding, and financial risk management.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Extension options may apply.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Tax Consultancy
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The provision of consultancy and advisory services covering but not limited to the following areas:
— Tax in corporate environments,
— Tax in regulatory environments,
— Tax in infrastructure businesses.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Extension options may apply.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Pensions Consultancy
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The provision of consultancy and advisory services covering but not limited to the following areas:
All aspects of pensions and actuarial consultancy services, which could include the establishment of strategy, policies, processes and organisational design relating to the management of a large Defined Benefit arrangement and a Defined Contribution scheme under a master trust, including specialist investment advice funding, and risk management.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Extensions options may apply.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Regulatory Consultancy
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The provision of consultancy and advisory services covering but not limited to the following areas:
— Regulatory economics,
— Financial cost modeling,
— Financial risk,
— Regulatory planning and strategy.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Extension options may apply.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
IT Consultancy
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The provision of consultancy and advisory services covering but not limited to the following areas:
Information Technology (IT) expertise for the development of strategy, thought leadership, implementation of IT business improvement projects and assurance of delivery. This includes but not exhaustively: IT health checks, strategy development, requirements specification, system design and implementation to a controlled steady state, underpinned by ISO 9001 QMS and ISO 27001 Information Assurance processes.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Extension options may apply.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
HR Consultancy
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The provision of consultancy and advisory services covering but not limited to the following areas:
— Policies and programs,
— HR and corporate strategies,
— Strategies and objectives to support business structures,
— People and functional performance.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Extension options may apply.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Real Estate Consultancy
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The provision of consultancy and advisory services covering but not limited to the following areas:
Real estate strategies.
This could include but is not limited to: estate policy and planning, property strategies, property management, property operations support services and technology.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Extension options may apply.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Please refer to section VI.3) Additional information where criteria for participation is detailed.
III.1.2)Economic and financial standing
Please refer to section VI.3) Additional information where criteria for participation is detailed.
III.1.3)Technical and professional ability
Please refer to section VI.3) Additional information where criteria for participation is detailed.
III.1.4)Objective rules and criteria for participation
Please refer to section VI.3) Additional information where criteria for participation is detailed.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Should you be interested in participating within the General Consultancy Tender in response to the Contract Notice you must first qualify to do so by meeting the following conditions for participation.
You must have:
fully answered and submitted your responses to all qualification questions – before the deadline of 3pm on 21.8.2018 and in line with the instructions provided within the Tender documents.
You must have:
achieved the pass criteria for each question and be ranked within the highest scoring maximum number of qualifying participants set for each Lot within the Tender documents.
Please note: The Tender documents and qualification questions are available within esourcing tool – Ariba. Tender ID WS153771877. To obtain access, please email your representative for this process: liz.gilbert2@cadentgas.com providing your:
— company name,
— company address,
— contact name,
— contact email address,
— contact phone number.
Should you be interested in reviewing the Tender documents and answering the qualification questions by the deadline – we advise you to request your access at your soonest opportunity and prior to the deadline.
VI.4.1)Review body
Coventry
United Kingdom
VI.5)Date of dispatch of this notice: