Tender for Education and Vocational Training Provider
The emerging requirement is an urgent need to strategically engage and create a long term sustainable relationship with an external education and vocational training provider.
United Kingdom-Seascale: Education and training services
2015/S 235-426549
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Sellafield Ltd
01002607
Calder Bridge
For the attention of: Alison Coid
CA20 1PG Seascale
UNITED KINGDOM
Telephone: +44 1946781963
E-mail: alison.coid@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=8464&B=SELLAFIELD
Electronic submission of tenders and requests to participate: https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=8464&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 24: Education and vocational education services
Main site or location of works, place of delivery or of performance: Seascale.
NUTS code UKD1
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: 8
Justification for a framework agreement, the duration of which exceeds four years: The emerging requirement is an urgent need to strategically engage and create a long term sustainable relationship with an external education and vocational training provider, who can deliver the broad range of needs to support the development of an integrated project management professional framework at Sellafield Limited. The proposal of a 4 year framework agreement with 2 optional extensions, each of 2 years (4 +2 +2) is therefore in line with this long term strategy for sustainability, and is intended to provide a degree of stability for both Sellafield Limited and the supplying organisation.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 13 000 000 and 13 200 000 GBP
II.1.5)Short description of the contract or purchase(s)
Interested suppliers should note that it is a requirement that the service provider delivers some specified classroom based education and training in a location which is within 50 driven miles from the Sellafield Site. Further information is set out in the tender documents.
II.1.6)Common procurement vocabulary (CPV)
80000000
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 13 000 000 and 13 200 000 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 Limited’s CTM system or via the nominated Sellafield Limited’s representative, details of which are set out in section I.1 of this notice. These details are a mandatory requirement for being eligible to participate in this 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
Minimum level(s) of standards possibly required: Please see documents in CTM.
III.2.3)Technical capacity
Tenderers will be required to provide information as requested, via Sellafield Limited‘s CTM system or via the nominated Sellafield Limited’s representative, details of which are set out in section I.1 of this notice. These details are a mandatory requirement for being eligible to participate in this tender.
Minimum level(s) of standards possibly required:
Please see documents in CTM.
III.3.1)Information about a particular profession
Reference to the relevant law, regulation or administrative provision: Interested suppliers should note that it is a requirement that an economic operator which is a Recognised Body (that has ‘Taught degree awarding powers’ granted under The Education (Recognised Bodies) (England) Order 2013 be a party to the Framework Agreement, whether as a single prime contractor or as a member of an incorporated/unincorporated joint venture or consortia. In the event that economic operators wish to tender as an incorporated joint venture then it is a requirement that such a Registered Body be a shareholder in that joint venture.
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. Technical. Weighting 40
2. Socio Economic. Weighting 8
3. Resources. Weighting 24
4. Quality. Weighting 8
5. Finance. Weighting 20
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: 2015/S 206-374004 of 23.10.2015
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
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
The tender will stipulate that in accordance with Regulation 19(6) of the Public Contracts Regulations 2015 and as provided in the draft Framework Agreement included with the ITT, Tenderers should note that it is a requirement that an economic operator which is a Recognised Body (as defined and set out in the Scope document) be a party to the Framework Agreement, whether as a single prime contractor or as a member of an incorporated/unincorporated joint venture or consortia. In the event that economic operators wish to tender as an incorporated joint venture then it is a requirement that such a Registered Body be a shareholder in that joint venture.
Tenderers should note further that (as provided in the draft Framework Agreement included with the ITT):
1. It is a requirement that economic operators bidding as a consortia or joint venture nominate a lead body that will have responsibilities including day to day contract management of any resultant Framework Agreement. Notwithstanding the requirement stated above, such a lead body need not be the Recognised Body. So, in the case of an unincorporated joint venture it is sufficient for the Recognised Body to be a member of the joint venture, and a party to the Framework Agreement, but not the lead party; and
2. In the case of an unincorporated joint venture, each member will be a party to any resultant Framework Agreement on a joint and several liability basis.
This Tender will be conducted using the Light Touch Regime.
Tenderers must register their interest, obtain further information for these framewor and submit their tender response via Sellafield Limited‘s CTM system which can be found at the following address: http//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 on CTM please access the training pages from Sellafield Limited website which can be found at the following address@ http://www.sellafieldsites.com/
Use of CTM is not a qualification criteria but is Sellafield Limited‘s preferred method for submission. Further details can be obtained regarding these frameworks and/or CTM through the nominated Sellafield Limited‘s respresentative detailed in this notice.
VI.4.1)Body responsible for appeal procedures
Sellafield Limited
01002607
Banna Court, Ingwell Drive, Westlakes Science Park
CA24 3HW Moor Row
Internet address: http://www.sellafieldsites.com
Body responsible for mediation procedures
London Court of International Arbitration
70 Fleet Street
EC4 1EU London
Telephone: +44 20799367007
Internet address: http://www.sellafieldsites.com
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: