Contract notice

Information

Published

Date of dispatch of this notice: 14/08/2017

Expire date: 15/09/2017

External Reference: 2017-574208

TED Reference: 2017/S 155-322174

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Sellafield Ltd
01002607
Calder Bridge
Seascale
CA20 1PG
UK
Contact person: Melanie Seal
Telephone: +44 1946783564
NUTS code:  UKD -  NORTH WEST (ENGLAND)
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=9939&B=SELLAFIELD
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Other activity:  Nuclear Decommissioning

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

The Provisionof Recruitment Support for Senior & Executive Hires
Reference number:  RFQ 9651
II.1.2)

Main CPV code

79600000  -  Recruitment services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Provision of Recruitment Support for Senior & Executive Hires for the following lots;
Lot 1 - Engineering, Operations & 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

Value excluding VAT: 2500000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Lot 1 - Engineering, Operations & Projects
Lot 2 - Corporate Functions
Lot 3 - Environmental Health Safety & Quality, Technical
II.2)

Description

II.2.1)

Title

The Provision of Recruitment Support for Senior & Executive Hires Lot 1 Engineering, Operations & Projects
Lot No:  1
II.2.2)

Additional CPV code(s)

79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
II.2.3)

Place of performance

NUTS code:  UKD -  NORTH WEST (ENGLAND)
NUTS code:  UK -  UNITED KINGDOM
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

Criteria below
Quality criterion  -  Name:  Technical  /  Weighting:  80
Cost criterion  -  Name:  Price  /  Weighting:  20
II.2.6)

Estimated value

Value excluding VAT: 750000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/11/2017  /  End: 31/10/2018
This contract is subject to renewal: yes
Description of renewals:  
Renewal of two 12 month periods (+1 +1)
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

The Provision of Recruitment Support for Senior & Executive Hires Lot 2 Corporate Functions
Lot No:  2
II.2.2)

Additional CPV code(s)

79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
II.2.3)

Place of performance

NUTS code:  UKD -  NORTH WEST (ENGLAND)
NUTS code:  UK -  UNITED KINGDOM
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

Criteria below
Quality criterion  -  Name:  Technical  /  Weighting:  80
Cost criterion  -  Name:  Price  /  Weighting:  20
II.2.6)

Estimated value

Value excluding VAT: 1000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/11/2017  /  End: 31/10/2018
This contract is subject to renewal: yes
Description of renewals:  
Renewal of two 12 month periods (+1 +1)
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

The Provision of Recruitment Support for Senior & Executive Hires Lot 3 EHS&Q & Technical
Lot No:  3
II.2.2)

Additional CPV code(s)

79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
II.2.3)

Place of performance

NUTS code:  UKD -  NORTH WEST (ENGLAND)
NUTS code:  UK -  UNITED KINGDOM
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

Criteria below
Quality criterion  -  Name:  Technical  /  Weighting:  80
Cost criterion  -  Name:  Price  /  Weighting:  20
II.2.6)

Estimated value

Value excluding VAT: 750000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/11/2017  /  End: 31/10/2018
This contract is subject to renewal: yes
Description of renewals:  
Renewal of two 12 month periods (+1 +1)
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  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

List and brief description of selection criteria:  
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.
Minimum level(s) of standards possibly required:  
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

List and brief description of selection criteria:  
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.
Minimum level(s) of standards possibly required:  
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)

Conditions related to the contract

III.2.2)

Contract performance conditions

Tenders are referred to part 3 of the ITT.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  9
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  15/09/2017
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  15/09/2017
Local time:  12:00
Information about authorised persons and opening procedure:  
Melanie Seal

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
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)

Procedures for review

VI.4.1)

Review body

Royal Courts of Justice
Strand
London
UK
Telephone: +44 1946781963

VI.4.2)

Body responsible for mediation procedures

London Court of International Arbitration
70 Fleet Street
London
EC14 1EU
UK
Telephone: +44 2079367008

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
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

14/08/2017