Notice Information
Notice Title
LOT C: END-TO-END CONTRACT MANAGEMENT SYSTEM
Notice Description
This procurement is for the Lot C: End-to-End Contract Management System. This system will support the delivery of end-to-end project managed contracts, for example, the NEC3 and NEC4 contract families, enabling effective governance and management of delivery, compliance and risk. Where multiple contracts are put in place to deliver a project (for example, separately for design and construction), the system will provide visibility of performance across the whole project. The system will also support tailored workflows and collaboration between contract parties to manage tasks, "events" and approvals; and will provide operational reporting for commercial, project and contract managers.
Lot Information
Lot 1
This procurement is for the Lot C: End-to-End Contract Management System. This system will support the delivery of end-to-end project managed contracts, for example, the NEC3 and NEC4 contract families, enabling effective governance and management of delivery, compliance and risk. Where multiple contracts are put in place to deliver a project (for example, separately for design and construction), the system will provide visibility of performance across the whole project. The system will also support tailored workflows and collaboration between contract parties to manage tasks, "events" and approvals; and will provide operational reporting for commercial, project and contract managers. The system will also support the export and import of data via Application Programming Interfaces between our Lot A: Source-to-Contract System (Atamis 3.0) to keep our master contract register (held in Atamis 3.0) up to date, and to enabling performance reporting and dashboarding through our Microsoft Power BI analytics platform. The new systems are being procured, contracted for, or built by NDA in five parts, referred to hereafter as lots: * Lot A: Source-to-Contract System - Atamis 3.0; * Lot B: Market and Supplier Intelligence; * Lot C: End-to-End Contract Management System - this Lot; * Lot D: Supply Chain Risk Management System; * Lot E: Analytics, Reporting and Dashboarding System - Microsoft Power BI. Service recipients: The recipients of the services provided under this contract are: (a) the contracting authority; (b) Sellafield Ltd (c) Nuclear Transport Services (d) Magnox Ltd (e) Dounreay Site Restoration Ltd (f) Nuclear Waste Services (g) National Nuclear Laboratory Ltd The contracting authority reserves the right to provide the services under the contract to the following services recipients on an optional basis: (j) any other UK public sector contracting authority that delivers services to the UK in respect of the nuclear decommissioning programme; and (k) any person that is owned or controlled by the Department for Business, Energy and Industrial Strategy, the contracting authority or any of the entities listed at paragraphs (a) to (j) above; (l) and any successor bodies thereto that perform any of the functions previously performed by any of the foregoing bodies. Additional information: Any submissions received after the time limit for receipt of tenders shall not be accepted. Please note the initial estimated value is expected to be within the budget of PS3,000,000 and then if both optional extensions are executed the full value is expected to be within PS6,000,000.
Renewal: An optional requirement in this tender is for continued service and support following the initial contract term, there are two further 24 month optional extensions that are to be taken at the sole discretion of the NDA.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0327b1
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/008471-2022
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
-
- CPV Codes
48000000 - Software package and information systems
Notice Value(s)
- Tender Value
- £3,000,000 £1M-£10M
- Lots Value
- £3,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 29 Mar 20223 years ago
- Submission Deadline
- 16 May 2022Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NUCLEAR DECOMMISSIONING AUTHORITY
- Contact Name
- Stephen Peters
- Contact Email
- commercialsystemsprocurement@nda.gov.uk
- Contact Phone
- +44 7514622996
Buyer Location
- Locality
- CUMBRIA
- Postcode
- CA24 3HU
- Post Town
- Carlisle
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD1 Cumbria
- Small Region (ITL 3)
- TLD13 Cumberland
- Delivery Location
- Not specified
-
- Local Authority
- Cumberland
- Electoral Ward
- Egremont North and St Bees
- Westminster Constituency
- Whitehaven and Workington
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-0327b1-2022-03-29T17:12:23+01:00",
"date": "2022-03-29T17:12:23+01:00",
"ocid": "ocds-h6vhtk-0327b1",
"description": "Bidders shall submit a Standard Selection Questionnaire (SQ) along with their tender before the time limit for receipt of tenders set out in NDA9/00974. The Authority reserves the right to evaluate only those tenders from bidders that meet the requirements set out in the SQ. There are three components to the Invitation to Tender: 1) Technical Response, 2) User Experience, and 3) Commercial, Legal and Financial, which will be evaluated in this order. The Authority reserves the right to take forward only the three (3) highest scoring bidders from the Technical Response component to the User Experience and Commercial, Legal and Financial components. This means that any bidder not scoring in the top three (3) for the Technical Response will not be invited to participate in User Experience tests as their Commercial, Legal and Financial component of their tender will not be evaluated.",
"initiationType": "tender",
"tender": {
"id": "NDA9/00974",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "LOT C: END-TO-END CONTRACT MANAGEMENT SYSTEM",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
"mainProcurementCategory": "goods",
"description": "This procurement is for the Lot C: End-to-End Contract Management System. This system will support the delivery of end-to-end project managed contracts, for example, the NEC3 and NEC4 contract families, enabling effective governance and management of delivery, compliance and risk. Where multiple contracts are put in place to deliver a project (for example, separately for design and construction), the system will provide visibility of performance across the whole project. The system will also support tailored workflows and collaboration between contract parties to manage tasks, \"events\" and approvals; and will provide operational reporting for commercial, project and contract managers.",
"value": {
"amount": 3000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "This procurement is for the Lot C: End-to-End Contract Management System. This system will support the delivery of end-to-end project managed contracts, for example, the NEC3 and NEC4 contract families, enabling effective governance and management of delivery, compliance and risk. Where multiple contracts are put in place to deliver a project (for example, separately for design and construction), the system will provide visibility of performance across the whole project. The system will also support tailored workflows and collaboration between contract parties to manage tasks, \"events\" and approvals; and will provide operational reporting for commercial, project and contract managers. The system will also support the export and import of data via Application Programming Interfaces between our Lot A: Source-to-Contract System (Atamis 3.0) to keep our master contract register (held in Atamis 3.0) up to date, and to enabling performance reporting and dashboarding through our Microsoft Power BI analytics platform. The new systems are being procured, contracted for, or built by NDA in five parts, referred to hereafter as lots: * Lot A: Source-to-Contract System - Atamis 3.0; * Lot B: Market and Supplier Intelligence; * Lot C: End-to-End Contract Management System - this Lot; * Lot D: Supply Chain Risk Management System; * Lot E: Analytics, Reporting and Dashboarding System - Microsoft Power BI. Service recipients: The recipients of the services provided under this contract are: (a) the contracting authority; (b) Sellafield Ltd (c) Nuclear Transport Services (d) Magnox Ltd (e) Dounreay Site Restoration Ltd (f) Nuclear Waste Services (g) National Nuclear Laboratory Ltd The contracting authority reserves the right to provide the services under the contract to the following services recipients on an optional basis: (j) any other UK public sector contracting authority that delivers services to the UK in respect of the nuclear decommissioning programme; and (k) any person that is owned or controlled by the Department for Business, Energy and Industrial Strategy, the contracting authority or any of the entities listed at paragraphs (a) to (j) above; (l) and any successor bodies thereto that perform any of the functions previously performed by any of the foregoing bodies. Additional information: Any submissions received after the time limit for receipt of tenders shall not be accepted. Please note the initial estimated value is expected to be within the budget of PS3,000,000 and then if both optional extensions are executed the full value is expected to be within PS6,000,000.",
"value": {
"amount": 3000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "An optional requirement in this tender is for continued service and support following the initial contract term, there are two further 24 month optional extensions that are to be taken at the sole discretion of the NDA."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Moor Row"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15534&B=SELLAFIELD",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Conditions for participation are set out in the ITT documentation attached.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "Contract performance conditions are set out in the ITT documentation attached."
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-05-16T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2023-02-20T23:59:59Z"
}
},
"awardPeriod": {
"startDate": "2022-05-16T12:00:00+01:00"
},
"bidOpening": {
"date": "2022-05-16T12:00:00+01:00"
},
"hasRecurrence": false,
"reviewDetails": "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."
},
"parties": [
{
"id": "GB-FTS-48313",
"name": "Nuclear Decommissioning Authority",
"identifier": {
"legalName": "Nuclear Decommissioning Authority",
"id": "01002607"
},
"address": {
"streetAddress": "Herdus House, Westlakes Science & Technology Park, Moor Row",
"locality": "Cumbria",
"region": "UK",
"postalCode": "CA24 3HU",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Stephen Peters",
"telephone": "+44 7514622996",
"email": "commercialsystemsprocurement@nda.gov.uk",
"url": "https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15534&B=SELLAFIELD"
},
"roles": [
"buyer"
],
"details": {
"url": "https://gov.uk/nda",
"buyerProfile": "https://gov.uk/nda",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"description": "Nuclear Decommissioning"
}
]
}
},
{
"id": "GB-FTS-439",
"name": "Royal Courts of Justice",
"identifier": {
"legalName": "Royal Courts of Justice"
},
"address": {
"streetAddress": "Strand",
"locality": "London",
"postalCode": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody",
"mediationBody"
],
"details": {
"url": "http://www.justice.gov.uk"
}
},
{
"id": "GB-FTS-30085",
"name": "Nuclear Decommissioning Authority",
"identifier": {
"legalName": "Nuclear Decommissioning Authority"
},
"address": {
"streetAddress": "Herdus House Westlakes Science and Technology Park Moor Row",
"locality": "Cumbria",
"postalCode": "CA24 3HU",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7514622996",
"email": "commercialsystemsprocurement@nda.gov.uk"
},
"roles": [
"reviewContactPoint"
],
"details": {
"url": "http://gov.uk/nda"
}
}
],
"buyer": {
"id": "GB-FTS-48313",
"name": "Nuclear Decommissioning Authority"
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:438562-2019:TEXT:EN:HTML"
}
],
"language": "en"
}