Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

The Provision of Knowledge Management Services on behalf of the Share Service Alliance.

  • First published: 15 May 2015
  • Last modified: 15 May 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
International Nuclear Services Limited
Authority ID:
AA20240
Publication date:
15 May 2015
Deadline date:
22 June 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Share Service Alliance Framework Agreement for the Provision of knowledge Management Services.

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.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


National Nuclear Laboratory Limited

5th Floor, Chadwick House, Birchwood Park

Warrington

WA3 6AE

UK

Jon Doyle


jonathon.j.doyle@nnl.co.uk


http://www.nnl.co.uk



http://www.nnl.co.uk/000020KM-ITT
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Nuclear
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Nulcear
Yes

Sellafield Limited

Magnox Limited

LLW Repository Ltd

International Nuclear Services

Dounreay Site Restoration Limited

Direct Rail Services Limited

Culham Centre for Fusion Energy

Radioactive Waste Management Limited

Nuclear Decommissioning Authority Limited

Environmental Agency

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

The Provision of Knowledge Management Services on behalf of the Share Service Alliance.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

27

II.1.2)

Main site or location of works, place of delivery or performance

Various sites across the United Kingdom.



UK

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Checked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

4

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

3 000 0005 000 000GBP

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Share Service Alliance Framework Agreement for the Provision of knowledge Management Services.

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.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Unchecked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

Terms and Conditions as presented within the ITT document available for download from the NNL website.

III.1.4)

Other particular conditions to which the performance of the contract is subject

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)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


III.2.2)

Economic and financial 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 complete the pricing schedule spreadsheet contained within Section C of the ITT document and all specific commercial questions contained within the ITT.



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.



Please refer to the Tender Assessment Criteria spreadsheet contained within the ITT document available to download from the NNL website.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

NNL000020

IV.3.2)

Previous publication(s) concerning the same contract

Checked box
Unchecked box
2015/S 24-039970 04-02-2015

Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 22-06-2015  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders



Procurement team.

 22-06-2015  12:15
Warrington.

Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 11-05-2015

Coding

Commodity categories

ID Title Parent category
79411000 General management consultancy services Business and management consultancy services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
jonathon.j.doyle@nnl.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.