Provision of Supply Chain Qualification and Intervention Service
The scope of this specification is relevant to Service Providers tendering to provide an approach for the assessment and potential Qualification of Sellafield Ltd’s Suppliers, and for the engagement of intervention activities with the Suppliers as instructed by Sellafield Ltd Programme Management.
United Kingdom-Moor Row: Industrial quality control services
2014/S 087-152693
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Sellafield
Banna Court, Ingwell Drive, Westlakes Science Park, Cumbria
For the attention of: Karina Pellow
CA24 3HW Moor Row
UNITED KINGDOM
Telephone: +44 1946785018
E-mail: karina.g.pellow@sellafieldsites.com
Fax: +44 1946781245
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
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 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: UK with potentially some work required in Europe.
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 6 000 000 and 7 500 000 GBP
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
71731000, 71621000, 72225000, 80531000
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:
— Developing and implementing a Qualification programme (to include a fit for purpose IT system);
— Providing sufficient resource to the Qualification programme to carry out necessary assessments (as detailed);
— Developing and implementing an Intervention programme to identify and provide remedial advice and support (as detailed);
— Providing training and coaching services (where required) which will be aligned to the Qualification programme; and
— Developing and implementing a Return on Investment mechanism in relation to the Qualification and Intervention programmes.
Estimated value excluding VAT:
Range: between 6 000 000 and 7 500 000 GBP
II.2.2)Information about options
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 a 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. Price. Weighting 20
2. Qualification of IT system. Weighting 15
3. Return on investment proposal. Weighting 15
4. Qualification process. Weighting 10
5. Qualification resource. Weighting 10
6. Socio economic proposal. Weighting 10
7. Coaching and training proposal. Weighting 10
8. Health and safety (2.5 %) and quality (2.5 %). Weighting 5
9. Intervention process (2.5 %) and resource (2.5 %). Weighting 5
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
Prior information notice
Notice number in the OJEU: 2014/S 29-046629 of 11.2.2014
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
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
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Accordingly, selection criteria, award criteria and/or contract performance conditions may relate to these issues and further details can be found in the ITT in that respect.
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.4.1)Body responsible for appeal procedures
Sellafield Ltd
Banna Court, Ingwell Drive, Westlakes Science Park, Cumbria
CA24 3HW Moor Row
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
VI.4.3)Service from which information about the lodging of appeals may be obtained
As VI.4.1).
UNITED KINGDOM
VI.5)Date of dispatch of this notice: