Lean Six Sigma Training Coaching and Mentoring
Provision of lean six sigma training (Green and Black Belt) and Coaching/Mentoring of Black belt trainees. Black Belts will coach green belts.
United Kingdom-Cumbria: Education and training services
2014/S 191-337305
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Sellafield Ltd
01002607
Banna Court, Ingwell Drive, Westlakes Science park
For the attention of: Karina Pellow
CA23 3HW Cumbria
UNITED KINGDOM
Telephone: +44 1946785018
E-mail: karina.g.pellow@sellafieldsites.com
Internet address(es):
General address of the contracting authority: http://www.sellafieldsites.com
Address of the buyer profile: https://sharedsystems.eu-supply.com/ctm/Supplier/CompanyInformation/Index/3510
Electronic access to information: https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=7067&B=SELLAFIELD
Electronic submission of tenders and requests to participate: https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=7067&B=SELLAFIELD
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
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: In & Around/Close to Sellafield Sites.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
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 700 000 and 800 000 GBP
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
80000000, 80510000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 700 000 and 800 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
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 mandatory requirement for being eligible to participate in the tender.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
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.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Current capability and resources. Weighting 54
2. Quality assurance. Weighting 20
3. Price. Weighting 20
4. Socio economic. Weighting 4
5. Health and safety. Weighting 2
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
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
Estimated timing for further notices to be published: 3 and a half year‘s time i.e. April 2018
VI.2)Information about European Union funds
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
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: https://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.4.1)Body responsible for appeal procedures
Sellafield Ltd
Banna court, Ingwell Drive, Westlakes Science Park
CA24 3HW Cumbria
UNITED KINGDOM
Internet address: http://www.sellafieldsites.com
Body responsible for mediation procedures
London Court of International Arbitration
70 Fleet Street
EC4 1E4 London
UNITED KINGDOM
E-mail: lcia@lcia.org
Telephone: +44 2079367007
Fax: +44 2079367008
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: