Opportunity

HR Mediation, Investigation and Coaching Service

  • Radioactive Waste Management

F02: Contract notice

Notice reference: 2021/S 000-019816

Published 13 August 2021, 6:12pm



Section one: Contracting authority

one.1) Name and addresses

Radioactive Waste Management

Building 329, Thomson Avenue

Didcot

OX11 0GD

Contact

James Gatawa

Email

James.gatawa@nda.gov.uk

Telephone

+44 1925802823

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

8920190

Internet address(es)

Main address

https://www.gov.uk/government/case-studies/shared-services-alliance-ssa-for-nuclear-decommissioning-estate

one.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=13977&B=SELLAFIELD

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13977&B=SELLAFIELD

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Nuclear Decommissioning


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

HR Mediation, Investigation and Coaching Service

Reference number

RWM387

two.1.2) Main CPV code

  • 79414000 - Human resources management consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The objectives of required services are to: - Provide formal investigation services as part of a grievance process, by an external investigator. This should include relevant investigation interviews and production of investigation report. - Provide external mediation services that the HR team can appoint to support members of RWM staff, either as part of a formal grievance process or as part of efforts to informally resolve a complaint or grievance. The mediation may be individual or group based, and should be delivered either virtually via Microsoft Team or phone, or face to face in RWM Offices, or other location in surrounding area to the RWM offices as required. - Provide Team or individual coaching sessions as required for RWM employees in relation to investigation or mediation requirements

two.1.5) Estimated total value

Value excluding VAT: £240,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79414000 - Human resources management consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Didcot

two.2.4) Description of the procurement

Radioactive Waste Management (RWM) is committed to be a fair workplace, therefore, to ensure that RWM HR team can fully support any employee related complaints, it is important that relevant independent mediation and investigation support is in place. The objectives of required services are to: - Provide formal investigation services as part of a grievance process, by an external investigator. This should include relevant investigation interviews and production of investigation report. - Provide external mediation services that the HR team can appoint to support members of RWM staff, either as part of a formal grievance process or as part of efforts to informally resolve a complaint or grievance. The mediation may be individual or group based, and should be delivered either virtually via Microsoft Team or phone, or face to face in RWM Offices, or other location in surrounding area to the RWM offices as required. - Provide Team or individual coaching sessions as required for RWM employees in relation to investigation or mediation requirements

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £240,000

two.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

The term of the contract may be extended once for 1 year, up to a maximum of 4 years in total.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

List and brief description of conditions: Bidders will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to an Invitation to Tender (“ITT”).

Registering for access.

This procurement will be managed electronically via the CTM eSourcing portal. This will be the primary route for sharing all information and communicating with bidders.

If not alreadt registered, you will first need to register your organisation on the portal.

To register, you will need to:

1. Go to the URL: https://

sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=12954&B=SELLAFIELD

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

13 September 2021

Local time

1:30pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 13 December 2021

four.2.7) Conditions for opening of tenders

Date

13 September 2021

Local time

1:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

London

Country

United Kingdom

Internet address

http://www.justice.gov.uk

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

London

London

Country

United Kingdom

Internet address

http://www.justice.gov.uk

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures:

Any appeals should be promptly brought to the attention of the contact specified in Section I above, 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. In accordance with the Public Contracts Regulations 2015, the Contracting Authority will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.

six.4.4) Service from which information about the review procedure may be obtained

Radioactive Waste Management

Didcot

Country

United Kingdom