The Student Loans Company Limited is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | ACHIEVING OPERATIONAL EXCELLENCE – LEAN IMPLEMENTATION PARTNER |
Notice type: | Contract Notice |
Authority: | The Student Loans Company Limited |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | SLC is currently undergoing a strategic review to develop our organisation to become Operationally Excellent. We see the enabler for this to be Lean Six Sigma. We want to identify a partner, with whom we can work, to develop and deliver a LEAN capability. The access code for this opportunity is: 7496G45ZA3 |
Published: | 28/11/2016 17:33 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Student Loans Company
100 Bothwell Street, Glasgow, G2 7JD, United Kingdom
Tel. +44 1412433552, Email: raaj_bhatti@slc.co.uk
Contact: Raaj K Bhatti
Main Address: http://www.delta-esourcing.com/tenders/UK-UK-Glasgow:-Business-and-management-consultancy-and-related-services./7496G45ZA3, Address of the buyer profile: http://www.slc.co.uk/suppliers.aspx
NUTS Code: UKM34
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Glasgow:-Business-and-management-consultancy-and-related-services./7496G45ZA3
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/7496G45ZA3 to the address as in Annex A.III
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
National or federal agency/office
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: ACHIEVING OPERATIONAL EXCELLENCE – LEAN IMPLEMENTATION PARTNER
Reference Number: 2016/SLC/215
II.1.2) Main CPV Code:
79400000 - Business and management consultancy and related services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: SLC is currently undergoing a strategic review to develop our organisation to become Operationally Excellent. We see the enabler for this to be Lean Six Sigma. We want to identify a partner, with whom we can work, to develop and deliver a LEAN capability. The access code for this opportunity is: 7496G45ZA3
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
79996000 - Business organisation services.
II.2.3) Place of performance:
UKM34 Glasgow City
II.2.4) Description of procurement: Please refer to the Standard Selection Questionnaire document which contains a summary high level specification and details of the Stage 1 selection process. We envisage that the top 5 highest scoring bidders will be invited to participate at Stage 2: Invitation to Tender. SLC reserves the right to review this procurement process at any time, as determined by the ongoing needs of the business. This may impact on its continuation or execution timeline. The access code for this opportunity is: 7496G45ZA3
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: As per the evaluation process detailed in the Standard Questionnaire (SQ)
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Please refer to the SQ which contains a summary specification and details of the Stage 1 selection process. The top 5 highest scoring bidders will be invited to participate at Stage 2: Invitation to Tender. SLC reserves the right to review this procurement process at any time, as determined by the ongoing needs of the business. This may impact on its continuation or execution timeline
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:
As a minimum we would expect these services to be delivered by Master Black Belt and Black Belt, or known equivalent, accredited professionals. We also expect the services to be delivered by a Service Provider who can scale-up/scale down engagement levels/resources in line with SLC requirements, as summarised in the attached Standard Selection Questionnaire
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Selection criteria as stated in the procurement documents:
Scoring key as follows:
0
UnacceptableNil or wholly inadequate response.
Response fundamentally fails to demonstrate an ability to meet the criterion requirements
2
Poor Response provided, but is only partially relevant and generally poor.
Some elements of the criterion requirements are addressed, but the response contains significant lack of detail / explanation to demonstrate how the requirements will be fulfilled, leading to significant ambiguity as to whether the bidder can meet the requirement.
4
Acceptable Response is mostly relevant and acceptable.
While the response addresses a basic understanding of the criterion requirement, there is a lack of detail on how the requirement will be fulfilled.
6
GoodResponse is relevant and good overall.
The response is sufficiently detailed to demonstrate a good understanding of the criterion requirements and provides details on how these will be fulfilled in most circumstances, however not all areas of evidence requested has been provided.
8
Very Good Response is completely relevant and very good overall.
The response is detailed and demonstrates a very good understanding of the criterion requirement and provides details on how these will be fulfilled, however there are some minor omissions in relation to the level of detail requested in terms of either the response or evidence.
10
Excellent Response is completely relevant and excellent overall and provides all of the areas of evidence requested in the level of detail requested.
The response is comprehensive and demonstrates a thorough understanding of the criterion requirements and leaves no ambiguity as to whether the bidder can meet the requirements in full.
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
These will be detailed at Stage 2
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: Yes
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 04/01/2017 Time: 14:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 13/02/2017
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 month(s): 6
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted No
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Glasgow:-Business-and-management-consultancy-and-related-services./7496G45ZA3
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7496G45ZA3
VI.4) Procedures for review
VI.4.1) Review body:
Student Loans Company
100 Bothwell Street, Glasgow, G2 7SD, United Kingdom
Tel. +44 1412433552
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 28/11/2016
Annex A
III) Addresses and contact points to which tenders/requests to participate must be sent:
Student Loans Company
100 Bothwell Street, Glasgow`, G2 7SD, United Kingdom
Tel. +44 1412433552, Email: raaj_bhatti@slc.co.uk
Contact: Raaj K Bhatti
Main Address: http://www.delta-esourcing.com/tenders/UK-title/7496G45ZA3, Address of the buyer profile: www.slc.co.uk/suppliers.aspx
NUTS Code: UKM34