Tender

Pan-Defra NEC Contract Management System

DEFRA

This public procurement record has 2 releases in its history.

Tender

15 Jan 2025 at 13:50

Tender

13 Jan 2025 at 15:26

Summary of the contracting process

The Department for Environment, Food & Rural Affairs (Defra) is inviting tenders for the provision of a Contract Management System (CMS) and related services under the New Engineering Contract (NEC) model. The project, titled "Pan-Defra NEC Contract Management System," falls under the Information Technology Services industry category and seeks to enhance the management of key infrastructure assets through a 'Commercial off the Shelf' (COTS), 'Software as a Service' (SaaS) solution. The procurement process is in the Tender stage, and interested parties must submit their tenders by 16:00 on 14th February 2025. The contract is estimated to be valued at £8,000,000 over a maximum period of 8 years (5+1+1+1 years), beginning on 7th April 2025.

This tender presents significant opportunities for businesses specializing in information technology services, particularly those experienced in project and document management software development. Small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs) are encouraged to participate. Successful bidders will benefit from providing a comprehensive CMS solution that includes full implementation, transition, data migration support, and ongoing training and technical support. This contract offers a platform for businesses to showcase their expertise and gain a foothold in the public sector, potentially leading to further business growth and partnerships within Defra and beyond.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Pan-Defra NEC Contract Management System

Notice Description

The procurement documents are available for unrestricted and full direct access, free of charge, at https://defra-family.force.com/s/Welcome Any questions, requests to participate or tender submissions must be submitted electronically via this portal. The Authority requires to provide a Contract Management System (CMS) and any related services in order for Defra to manage various New Engineering Contracts (NEC), supporting a number of key infrastructure assets. The Authority is seeking a direct supplier to provide a 'Commercial off the shelf' (COTS), 'Software as a Service' (SaaS), that also has the capability and expertise to manage all standard requirements of New Engineering Contract (NEC) model services, NEC3 and NEC4 contract forms, processes, clauses and roles promoted under NEC ways of working across the Defra Group. The supplier shall also provide full implementation, transition and data migration support, initial and ongoing training and initial and ongoing technical support and all necessary system maintenance and upgrades throughout the contract term. The contract value is expected to be up to PS8,000,000 (net of VAT) during the overall maximum 8-year term (5+1+1+1), which includes the cost of implementation, ongoing operational service charges, contract extensions, contract changes and an allowance for indexing of prices. The contract value is an estimate only and will be dependent upon whether an extension (in part or in whole) is enacted, whether any optional services (in part or in whole) are enacted, the extent of any contract changes, and the indices used to index prices. NEC contract management is an ongoing requirement for departments across the Authority. The suite of NEC contracts that are used by the Authority include, but are not limited to, the Engineering and Construction Contract (ECC), Engineering and Construction Short Contract (ECSC), Facilities Management Contract (FMC), Term Service Contract (TSC) and Professional Services Contract (PSC). As multiple partner agencies across the Authority use this standard suite of contracts, one system is being sought to enable consistency and improved ways of working across the Authority group.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-775a8d0e-54c4-45cd-b43c-2eb599580850
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/596a98e1-593a-401a-b02c-2825735c5c86
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (above threshold)
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

72212311 - Document management software development services

72212331 - Project management software development services

72222300 - Information technology services

Notice Value(s)

Tender Value
£8,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
15 Jan 20251 years ago
Submission Deadline
14 Feb 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
6 Apr 2025 - 6 Jun 2030 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DEFRA
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1P 3JR
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-775a8d0e-54c4-45cd-b43c-2eb599580850-2025-01-15T13:50:13Z",
    "date": "2025-01-15T13:50:13Z",
    "ocid": "ocds-b5fd17-775a8d0e-54c4-45cd-b43c-2eb599580850",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "CF-0438500D8d000003VQwdEAG",
        "title": "Pan-Defra NEC Contract Management System",
        "description": "The procurement documents are available for unrestricted and full direct access, free of charge, at https://defra-family.force.com/s/Welcome Any questions, requests to participate or tender submissions must be submitted electronically via this portal. The Authority requires to provide a Contract Management System (CMS) and any related services in order for Defra to manage various New Engineering Contracts (NEC), supporting a number of key infrastructure assets. The Authority is seeking a direct supplier to provide a 'Commercial off the shelf' (COTS), 'Software as a Service' (SaaS), that also has the capability and expertise to manage all standard requirements of New Engineering Contract (NEC) model services, NEC3 and NEC4 contract forms, processes, clauses and roles promoted under NEC ways of working across the Defra Group. The supplier shall also provide full implementation, transition and data migration support, initial and ongoing training and initial and ongoing technical support and all necessary system maintenance and upgrades throughout the contract term. The contract value is expected to be up to PS8,000,000 (net of VAT) during the overall maximum 8-year term (5+1+1+1), which includes the cost of implementation, ongoing operational service charges, contract extensions, contract changes and an allowance for indexing of prices. The contract value is an estimate only and will be dependent upon whether an extension (in part or in whole) is enacted, whether any optional services (in part or in whole) are enacted, the extent of any contract changes, and the indices used to index prices. NEC contract management is an ongoing requirement for departments across the Authority. The suite of NEC contracts that are used by the Authority include, but are not limited to, the Engineering and Construction Contract (ECC), Engineering and Construction Short Contract (ECSC), Facilities Management Contract (FMC), Term Service Contract (TSC) and Professional Services Contract (PSC). As multiple partner agencies across the Authority use this standard suite of contracts, one system is being sought to enable consistency and improved ways of working across the Authority group.",
        "datePublished": "2025-01-13T15:26:48Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "72222300",
            "description": "Information technology services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "72212331",
                "description": "Project management software development services"
            },
            {
                "scheme": "CPV",
                "id": "72212311",
                "description": "Document management software development services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "SW1P 4DF"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "postalCode": "SW1P 4DF"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 3500000,
            "currency": "GBP"
        },
        "value": {
            "amount": 8000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2025-02-14T16:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2025-04-07T00:00:00+01:00",
            "endDate": "2030-06-06T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/8ecce3bb-4e7d-41f4-96ce-89f4fca1997e",
                "datePublished": "2025-01-13T15:26:48Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/596a98e1-593a-401a-b02c-2825735c5c86",
                "datePublished": "2025-01-13T15:26:48Z",
                "dateModified": "2025-01-15T13:50:13Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-306382",
            "name": "Defra",
            "identifier": {
                "legalName": "Defra"
            },
            "address": {
                "streetAddress": "2 Marsham Street",
                "locality": "LONDON",
                "postalCode": "SW1P 3JR",
                "countryName": "UK"
            },
            "contactPoint": {
                "name": "Sharon Wilson",
                "email": "sharon.wilson@defra.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-306382",
        "name": "Defra"
    }
}