Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Satellite Applications Catapult
Electron Building, Fermi Avenue, Harwell
Didcot
OX11 0QR
UK
E-mail: procurement@sa.catapult.org.uk
NUTS: UK
Internet address(es)
Main address: https://sa.catapult.org.uk/
Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42845
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
http://mytenders.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
http://mytenders.co.uk
I.4) Type of the contracting authority
Other: RTO
I.5) Main activity
Other: Space Sector
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Tool for Performance, Development, Engagement and Learning and Development
Reference number: SAC-24-RFP-005
II.1.2) Main CPV code
48000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
We recognise that people who are motivated, engaged, supported, and understand their purpose, power organisational growth. It is critical for us to find the tool(s) that will help us to deliver this. Our goal is to be able to assess our employees' strengths and identify weaknesses; and help our employees to grow, develop and thrive.
The Satellite Applications Catapult is seeking for a tool(s) to manage the following aspects of the employee’s life cycle:
Lot 1 – Performance, Development and Engagement Tool
Lot 2 – Learning and Development Tool
Or
Combined Tool
For more information about our requirement and the identified lots, please download the accompanying document.
This process will be undertaken compliantly within regulations. Prospective suppliers may be asked to present to a panel of stakeholders to display their tools capability.
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:
Awarding to Lot 1 & Lot 2 separately OR Combined
II.2) Description
Lot No: 1
II.2.1) Title
Performance, Development and Engagement Tool
II.2.2) Additional CPV code(s)
48900000
II.2.3) Place of performance
NUTS code:
UKJ14
Main site or place of performance:
Harwell
II.2.4) Description of the procurement
A tool that manages performance and enables the creation of engaged and high-performing teams.
The tool needs to include:
- Instant and continuous feedback for individuals and the company (including 360 feedback)
- Goal setting and continual review of progress (on individual, team and organisational basis)
- The ability to link goals through individual and team to an organisational level
- The ability to set up review cycles with flexibility, to support and prompt managers and employees
- Space for self-reflections
- Multiple routes for engaging performance conversations
- An ability to report on the data and customise reports as per organisational needs
- Report and track diversity data
- Engagement (comprehensive and custom surveys including quick pulses)
- Identify opportunities for learning and development
The tool must also be customizable, adaptable and intuitive for our workforce. Our intent is that the tool helps managers to manage effectively and helps employees to align to our purpose and develop at the same time. The tool will not be mandated, people must want to use it because they understand the value it brings to them and their team.
Not essential, but desirable:
- Integration with our HRIS, Cezanne
- Access and connection to other departments goals
- Some of the shelf learning content, hints, and 'nudge' learning
- Change Management
- Supported by behavioral science
- Calibration enablement
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
1 x 12 months
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Objective criteria for choosing the limited number of candidates:
Stated in the procurement documents
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
Lot No: 2
II.2.1) Title
Learning and Development Tool
II.2.2) Additional CPV code(s)
80000000
80500000
80420000
80511000
80521000
80532000
80570000
48931000
II.2.3) Place of performance
NUTS code:
UKJ14
Main site or place of performance:
Harwell
II.2.4) Description of the procurement
To be able to support our employees continues learning and development, we are seeking for a tool that would include:
- Personalized learning experience and curation-based learning
- Off the shelf and customizable learning content (including mandatory training)
- Microlearning
- Blended Learning
- Interactive ways of checking an individual knowledge prior to completing a learning course
- Easily accessible
- Mobile friendly
- Standard and customizable reporting
Not essential, but desirable:
- Integration with our HRIS, Cezanne
- Links to selected Lot 1 tool
- Integration with Microsoft Teams and/or Outlook
- Ability for self-booking onto on-boarding events and face to face/virtual training events
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
1 x 12 months
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
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.1.2) 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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8) Information about 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:
2023/S 000-010419
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
03/07/2023
Local time: 08:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
06/07/2023
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=229519.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:229519)
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
UK
Telephone: +44 3450103503
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.5) Date of dispatch of this notice
01/06/2023