Recruitment Support for Senior and Executive Hires
3 Lots. The Provision of Recruitment Support for Senior and Executive Hires for the following lots; Lot 1 – Engineering, Operations and Projects.
United Kingdom-Seascale: Recruitment services
2017/S 155-322174
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
01002607
Calder Bridge
Seascale
CA20 1PG
United Kingdom
Contact person: Melanie Seal
Telephone: +44 1946783564
E-mail: mel.seal@sellafieldsites.com
NUTS code: UKD
Address of the buyer profile: https://sharedsystems.eu-supply.com/ctm/Company/CompanyInformation/Index/3510
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
The Provision of Recruitment Support for Senior and Executive Hires.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Provision of Recruitment Support for Senior and Executive Hires for the following lots;
Lot 1 — Engineering, Operations and Projects.
Lot 2 — Corporate Functions.
Lot 3 — Environmental Health Safety & Quality, Technical.
Tenderers are referred to the ITT document for the detailed scope.
II.1.5)Estimated total value
II.1.6)Information about lots
Lot 1 — Engineering, Operations & Projects.
Lot 2 — Corporate Functions.
Lot 3 — Environmental Health Safety & Quality, Technical.
II.2.1)Title:
The Provision of Recruitment Support for Senior & Executive Hires Lot 1 Engineering, Operations & Projects
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Provision of Recruitment Support for Senior & Executive Hires Lot 1 Engineering, Operations and Projects.
Example Job title(s):
— Head of Design/Systems/Plant, Equipment/Asset Care/Maintenance Engineering,
— Head of Construction/ Commissioning,
— Head of Operations,
— Head of Project Delivery/Capability,
— Head of Programme,
— Operations/Engineering/Project Director.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Renewal of two 12 month periods (+1 +1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
The Provision of Recruitment Support for Senior & Executive Hires Lot 2 Corporate Functions
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Provision of Recruitment Support for Senior & Executive Hires Lot 2 Corporate Functions.
Example of Job Title(s);
— HR/Finance/Supply Chain/Security Director,
— Head of HR/Finance/Supply Chain/Security,
— Chief Information Officer,
— Senior IT Manager,
— Senior Security Manager,
— Head of Legal Services,
— Company Secretary,
— Head of Training,
— Head of Transformation/Change.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Renewal of two 12 month periods (+1 +1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
The Provision of Recruitment Support for Senior & Executive Hires Lot 3 EHS&Q & Technical
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Provision of Recruitment Support for Senior & Executive Hires Lot 3 Environmental, Health & Safety and Quality (EHS&Q) and Technical.
Example of Job Title(s);
— EHS&Q Director,
— Technical/Strategy Director,
— Head of Safety/Environment/Quality,
— Head of Technical,
— Head of Safety Case.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Renewal of two 12 month periods (+1 +1).
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
Information and formalities necessary for evaluating if the requirements are met: Tenderers will be required to provide information as requested via Sellafield Ltd’s system, details of which are set in section 1.3 of this notice. These details are mandatory requirement for being eligible to participate in this tender.
III.1.2)Economic and financial standing
Information and formalities necessary for evaluating if the requirements are met: Tenderers will be required to provide information as requested via Sellafield Ltd’s system, details of which are set in section 1.3 of this notice. These details are mandatory requirement for being eligible to participate in this tender.
Information and formalities necessary for evaluating if the requirements are met: Tenderers will be required to provide information as requested via Sellafield Ltd’s system, details of which are set in section 1.3 of this notice. These details are mandatory requirement for being eligible to participate in this tender.
III.1.3)Technical and professional 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 system, details of which are set in section 1.3 of this notice. These details are mandatory requirement for being eligible to participate in this tender.
Information and formalities necessary for evaluating if the requirements are met: Tenderers will be required to provide information as requested via Sellafield Ltd’s system, details of which are set in section 1.3 of this notice. These details are mandatory requirement for being eligible to participate in this tender.
III.2.2)Contract performance conditions:
Tenders are referred to part 3 of the ITT.
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:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Melanie Seal.
Section VI: Complementary information
VI.1)Information about recurrence
3 years.
VI.3)Additional information:
The intention is to award a multi-supplier framework for each lot for a period of 1 year with an option to extend for a further 2, 1 year extensions. The Framework Agreement(s) shall be awarded to the top 3 tenderers having the highest total score in respect of each Lot.
SL will award the work for each call off against the Frameworks on a ranked basis. The packages of work will be offered to the highest scoring tenderer in the first instance, however if they cannot provide this service or choose not to accept the work, then the call-off would be offered to the second ranked bidder, and so on.
The Procurement comprises 3 lots (‘Lots’). Tenderers may bid for one, some or all of the Lots; provided that they pass the selection criteria applicable to each Lot that they express an interest in bidding for.
Sellafield reserves the right to:
— cancel, clarify or vary the Procurement at any stage;
— not award any Framework Agreement;
— require a Tenderer to clarify its Tender in writing and/or provide additional information (and failure to respond adequately or by the deadline stipulated shall give Sellafield the right to reject a Tender); and/ or
— amend the terms and conditions of the Procurement.
Cost and expenses;
All Tenderers are solely responsible for their costs and expenses incurred in connection with the preparation and submission of their Tender and all future stages of the Procurement. Under no circumstances will Sellafield, or any of their advisers, be liable for any costs or expenses borne by the Tenderer or any of its Key Supply Chain Members or advisers in this Procurement.
VI.4.1)Review body
Strand
London
United Kingdom
Telephone: +44 1946781963
E-mail: stuart.a.wilson@sellafieldsites.com
VI.4.2)Body responsible for mediation procedures
70 Fleet Street
London
EC14 1EU
United Kingdom
Telephone: +44 2079367008
E-mail: lcia@lcia.org
VI.4.3)Review procedure
Part 3 of the Public Contracts Regulations 2015 addresses the remedies available to economic operators. Sellafield will incorporate a minimum of a ten (10) calendar day standstill period in accordance with Regulation 87 of the Public Contracts Regulations 2015 prior to concluding the award of any framework agreement pursuant to this notice. In the first instance, potentially aggrieved economic operators should notify Sellafield of an appeal.
VI.5)Date of dispatch of this notice:
Related Posts
Provide HR Assessment Centres for Scottish Government
Recruitment Support Service Contractor – Ministry of Defence
Radian Group Recruitment Services Contract
Lancaster University Education Executive Search Services Framework
Renfrewshire Council HR Services Framework