Contract notice

Information

Published

Date of dispatch of this notice: 28/03/2018

Expire date: 22/05/2018

External Reference: 2018-155345

TED Reference: 2018/S 063-140118

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: Tina Ashford
Telephone: +44 1946781397
NUTS code:  UKD11 -  West Cumbria
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=10388&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

Leadership and Behavioural Development Framework
Reference number:  6412
II.1.2)

Main CPV code

80570000  -  Personal development training services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Sellafield Ltd is looking to appoint a supplier or suppliers to provide training services to Sellafield Ltd management and staff through a 'Leadership and Behavioural Development Framework'. The training services will enable and support the transformation required at Sellafield Ltd through the creation and embedding of a high-performance culture to develop the leadership, culture, values and behaviours at Sellafield Ltd to meet the resource and capability needs created by mission change and efficiency.
II.1.5)

Estimated total value

Value excluding VAT: 7400000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Lot one - Leadership Development Framework
Lot No:  1
II.2.2)

Additional CPV code(s)

80000000  -  Education and training services
80511000  -  Staff training services
80532000  -  Management training services
II.2.3)

Place of performance

NUTS code:  UKD11 -  West Cumbria
II.2.4)

Description of the procurement

Sellafield Ltd is looking to appoint a maximum of 5 suppliers to the Leadership Development Framework to provide the required training and support to Senior Managers initially, before roll out to the wider business.
The intent is for ‘a comprehensive and coherent leadership development framework covering the employee lifecycle:
• Applicable across all leadership grades,
• Built into recruitment and selection criteria (external and internal),
• Built into talent management processes,
• Delivered by internal and external providers based on Sellafield Ltd’s mission.
To refer to the specification for full detail. This can be found in CTM folder: Invitation to Tender.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 6000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
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

Lot two - Behavioural Development
Lot No:  2
II.2.2)

Additional CPV code(s)

80000000  -  Education and training services
80511000  -  Staff training services
80532000  -  Management training services
II.2.3)

Place of performance

NUTS code:  UKD11 -  West Cumbria
II.2.4)

Description of the procurement

Sellafield Ltd is looking to appoint a maximum of 4 suppliers to the Behavioural Development Framework to provide the training services. This is for design, development, delivery and evaluation of behavioural development solutions for employees at Sellafield Ltd as identified through the Performance Management Appraisal (PMA) process or as identified through the Transformation programme.
To refer to the specification for full detail. This can be found in CTM Folder Invitation to Tender.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1400000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
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:  Not applicable.
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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:  5
IV.1.6)

Information about electronic auction

An electronic auction will be used
Additional information about electronic auction:  
If and when this requirement is offered to tender, this may be done in whole or in part via electronic means, and may also be through the medium of an electronic reverse auction.
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2017/S 243-506398
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  2018-05-04
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 : 4  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  2018-05-04
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

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)

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: 
Any appeals should be promptly brought to the attention of the Review body at the Royal Courts of Justice address or to Stuart A Wilson Supply Chain Ombudsman on the email and telephone number provided, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescales specified by the applicable law, including without limitation, the Public Contracts Regulations 2015.
VI.4.4)

Service from which information about the review procedure may be obtained

As VI.4.1
As VI.4.1
UK