Knowledge Management Services Tender
Knowledge Sharing, Communities of Practice, Project Learning, Peer to Peer Collaboration.
United Kingdom-Warrington: General management consultancy services
2015/S 093-167303
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
National Nuclear Laboratory Limited
5th Floor, Chadwick House, Birchwood Park
For the attention of: Jon Doyle
WA3 6AE Warrington
UNITED KINGDOM
E-mail: jonathon.j.doyle@nnl.co.uk
Internet address(es):
General address of the contracting authority: http://www.nnl.co.uk
Electronic access to information: http://www.nnl.co.uk/000020KM-ITT
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
The contracting authority is purchasing on behalf of other contracting authorities: yes
Sellafield Limited
Cumbria
Seascale
UNITED KINGDOM
Magnox Limited
Berkeley Cente, Gloucestershire
Berkeley
UNITED KINGDOM
LLW Repository Ltd
Old Shore Road, Cumbria
Drigg
UNITED KINGDOM
International Nuclear Services
Westlakes Science and Technology Park, Cumbria
Moor Row
UNITED KINGDOM
Dounreay Site Restoration Limited
Dounreay, Caithness
Thurso
UNITED KINGDOM
Direct Rail Services Limited
Kingmoor Depot, Etterby Road, Cumbria
Carlisle
UNITED KINGDOM
Culham Centre for Fusion Energy
Culham Science Centre
Abingdon
UNITED KINGDOM
Radioactive Waste Management Limited
Harwell, Dicot
Oxford
UNITED KINGDOM
Nuclear Decommissioning Authority Limited
Westlakes Science and Technology Park, Cumbria
Moor Row
UNITED KINGDOM
Environmental Agency
Cumbria
Penrith
UNITED KINGDOM
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 27: Other services
Main site or location of works, place of delivery or of performance: Various sites across the United Kingdom.
NUTS code UK
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: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 3 000 000 and 5 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
To establish a framework contract for ‘Hands on Support’ in the delivery of knowledge management improvement plans across the NDA estate, which comprises of the NDA, NDA Subsidiaries, SLC’s and Associated Companies. The improvement plans will be produced by each of the individual businesses and are based on a Knowledge Management Maturity Assessment (KMMA), which has been developed to identify and target areas for improvement. The KMMA is an annual assessment which is target driven to attain and recognise best practice within the estate.
It is expected that the successful contractor will bring developed tools and techniques to enable the successful delivery of the individual improvement plans for the following areas, but not limited to;
— Knowledge Sharing,
— Communities of Practice,
— Project Learning,
— Peer to Peer Collaboration,
— Knowledge Risks,
— Collective Risks,
— Individual Risks.
II.1.6)Common procurement vocabulary (CPV)
79411000
II.1.8)Lots
II.1.9)Information about variants
II.2.2)Information about options
II.2.3)Information about renewals
Section III: Legal, economic, financial and technical information
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: Key Performance Indicators (KPIs) are recognised as a tool that can be used to drive improvements in important areas. KPI’s will be used to contract manage this Framework Agreement. KPIs’ are contained with the ITT document.
III.2.2)Economic and financial ability
All tenderers must complete the pricing schedule spreadsheet contained within Section C of the ITT document and all specific commercial questions contained within the ITT.
Minimum level(s) of standards possibly required: Please refer to the Tender Assessment Criteria spreadsheet contained within the ITT document available to download from the NNL website.
III.2.3)Technical capacity
All tenderers must complete the selection criteria section contained with the ITT document and answer all questions as described in the tender assessment criteria spreadsheet. Tenderers who fail any of the selection criteria will not be assessed against the award criteria and result in a non compliant bid.
All tenderers must respond to all technical questions contained within the ITT document.
Minimum level(s) of standards possibly required:
Please refer to the Tender Assessment Criteria spreadsheet contained within the ITT document available to download from the NNL website.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
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 24-039970 of 4.2.2015
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
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.3.8)Conditions for opening of tenders
Date: 22.6.2015 – 12:15
Place:
Warrington.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Procurement team.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice: