Scottish Manufacturing Advisory Services Consultancy Framework
This consultancy framework will be used to appoint consultants to deliver Operational Management, Lean consultancy and Six Sigma expertise to supplement and enhance the offering to manufacturing businesses from the Scottish Manufacturing Advisory Service.
United Kingdom-Glasgow: Business and management consultancy and related services
2016/S 131-234979
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Atrium Court, 50 Waterloo Street
Glasgow
G2 6HQ
United Kingdom
Telephone: +44 8456078787
E-mail: lesley.reid@scotent.co.uk
Fax: +44 1412481600
NUTS code: UKM34
Internet address(es):Main address: http://www.scottish-enterprise.com/
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00398
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
P16-0199 Scottish Manufacturing Advisory Services Consultancy Framework.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Scottish Manufacturing Advisory Service helps deliver a high profile programme for SE that helps manufacturing business across Scotland improve their competitiveness. This programme has an excellent market reputation and SE are keen to continue delivery in a sector that is important to exports and economic growth.
This consultancy framework will be used to appoint consultants to deliver Operational Management, Lean consultancy and Six Sigma expertise to supplement and enhance the offering to manufacturing businesses from the Scottish Manufacturing Advisory Service (SMAS).
Scottish Enterprise wishes to appoint associates to 7 different lots to deliver support for the next 3 years with the option to extend for up to 1 further year.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Lean Manufacturing
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The total estimated number of support days per year for the Lean Manufacturing lot is 100 days. It is anticipated up to 2 SMAS associates will be appointed to this lot.
Tools and techniques that you should be familiar with are listed below: 5S; Team Building; Customer Value; Pull; Flow; Layout; Lean Awareness — 7 Wastes; Measuring Performance.
Please note, the value detailed below is the estimated framework value for 4 years.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Optional 12 months extension included in above 48 months duration.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
II.2.1)Title:
Six Sigma
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The total estimated number of support days per year for the Lean Six Sigma lot is 120 days. It is anticipated up to 2 SMAS associates will be appointed to this lot.
Projects will be delivered within a 6 Sigma structure and green belt. The associate appointed should be able to train candidates up to a minimum of Green Belt standard and to a recognised accreditation process.
The following specific experience is required:
6 Sigma training; Statistical techniques and analysis; 6 sigma project delivery; Mini-TAB or equivalent software application; DMAIC Approach; Lean Six Sigma approach — how this differs from pure Six Sigma.
Please note, the value detailed below is the estimated framework value for 4 years.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
12 months optional extension included in 48 months duration above.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
II.2.1)Title:
Quality
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The total estimated number of support days per year for the Quality lot is 50 days. It is anticipated up to 2 SMAS associates will be appointed to this lot.
Tools and techniques that should be familiar are listed below: Gap Analysis; Quality Management Systems; FMEA; Problem Solving Tools; TQM; SPC; VOC; Quality Function Deployment.
Please note, the value detailed below is the estimated framework value for 4 years.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
12 months optional extension included in 48 months duration above.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
II.2.1)Title:
Process Mapping/VSM
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The total estimated number of support days per year for the Process Mapping/VSM lot is 80 days. It is anticipated up to 2 SMAS associates will be appointed to this lot.
Tools and techniques that you should be familiar with are listed below: Process Mapping; Lean Manufacturing; Change Management; Value Stream Mapping; Future State Modelling; Benefit Analysis.
Please note, the value detailed below is the estimated framework value for 4 years.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
12 months optional extension included in 48 months duration above.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
II.2.1)Title:
Manufacturing Engineering Support
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The total estimated number of support days per year for the Manufacturing Engineering Support lot is 50 days. It is anticipated up to 2 SMAS associates will be appointed to this lot.
Tools and techniques that you should be familiar with are listed below: New Product Development; Process Re-engineering; New Product Introduction; Change Management; Modelling, Design and Analysis; Asset Care.
Please note, the value detailed below is the estimated framework value for 4 years.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
12 months optional extension included in 48 months duration above.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
II.2.1)Title:
Strategic Supply Chain Development
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The total estimated number of support days per year for the Strategic Supply Chain Development lot is 50 days. It is anticipated up to 2 SMAS associates will be appointed to this lot.
Tools and techniques that should be familiar are listed below, not all are required but a sound understanding of concepts of these would be useful: Contractual management; Supplier value enhancement strategy; Demand Management; Supply chain management awareness; Inventory Management; Supply chain mapping with FMEA; Sales and operations planning; Supply chain risk and opportunity assessment; Supplier performance management; Supply chain strategy development; Supplier relationship evaluation; Supply issue management process.
Please note, the value detailed below is the estimated framework value for 4 years.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
12 months optional extension included in 48 months duration above.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
II.2.1)Title:
ERP/MRP
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The total estimated number of support days per year for the ERP/MRP lot is 30 days. It is anticipated 1 single SMAS associate will be appointed to this lot.
Tools and techniques that you should be familiar with are listed below: Implementing MRP/ERP systems; Business Management Processes; Tailoring Systems to Business Needs; Dashboards; Selecting Appropriate Systems; Developing Business Interfaces; Exception Reporting.
Please note, the value detailed below is the estimated framework value for 4 years.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
12 months optional extension included in 48 months duration above.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
Q4C.1.2 Bidders will be required to provide 2 examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4) of the OJEU Contract Notice or the relevant section of the Site Notice. Bidders can submit examples in a separate document to allow room to provide details of the service provided.
A4C.1.2 These will be evaluated on a Pass/Fail basis. Pass equals providing 2 examples detailing relevant experience to deliver the service. Fail equals failure to provide 2 examples detailing relevant experience to deliver the service. Please use additional sheet if required.
III.2.3)Information about staff responsible for the performance of the contract
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.2.1)Previous publication concerning this procedure
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.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
1.6.2020.
VI.3)Additional information:
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland web site at:http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=452556
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at:http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Under the terms of this contract the successful supplier (s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Community Benefits are contractual requirements which deliver a wider social benefit in addition to the core purpose of the foregoing contract. Scottish Enterprise is committed to maximising Community Benefits from its procurement activities where relevant and proportionate. Accordingly, there is an evaluation criterion for Community Benefits for this Contract.
If community benefits are not included with the tender submission this will not prevent the tender from being considered but it will affect the score you receive in the evaluation.
The Scottish Government has developed a community benefits monitoring framework for public sector organisations to implement which will enable consistent and comparable data which tracks the impact of community benefits over time. Scottish Government Guidance on Monitoring Community Benefits.
The Supplier is asked to complete Appendix 4 detailing the community benefits that will be delivered as a result of this contract. Full details of the proposed monitoring process and reporting time-scales of the outputs should be supplied.
(SC Ref:452556).
VI.4.1)Review body
Atrium Court, 50 Waterloo Street
Glasgow
G2 6HQ
United Kingdom
Telephone: +44 8456078787
Fax: +44 1412481600Internet address:http://www.scottish-enterprise.com/
VI.4.2)Body responsible for mediation procedures
7th Floor, 5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
United Kingdom
Telephone: +44 1412425466
E-mail: SPOEprocurement@scotland.gsi.gov.ukInternet address:http://www.scotland.gov.uk/Topics/Government/Procurement/Selling/supplier-enquiries
VI.4.3)Review procedure
In the first instance, contact the Senior Director of Facilities Management and Procurement at Scottish Enterprise with any concerns or inquiries.
Email: https://www.scottish-enterprise.com/help/contact-us
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2012 (SSI 2012/88) (as amended) may bring proceedings in the Sheriff Court or the Court of Session.
VI.4.4)Service from which information about the review procedure may be obtained
7th Floor, 5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
United Kingdom
Telephone: +44 1412425466
E-mail: SPOEprocurement@scotland.gsi.gov.ukInternet address:http://www.scotland.gov.uk/Topics/Government/Procurement/Selling/supplier-enquiries
VI.5)Date of dispatch of this notice:
Related Posts
Sale of VCA’s Management Systems Certification Business
ERDF Training Workshops Framework
MIlton Keynes Council Programme Management Services
Scottish Enterprise Business Improvement Framework