Tender

LOT C: END-TO-END CONTRACT MANAGEMENT SYSTEM

NUCLEAR DECOMMISSIONING AUTHORITY

This public procurement record has 1 release in its history.

Tender

29 Mar 2022 at 16:12

Summary of the contracting process

The Nuclear Decommissioning Authority (NDA) is currently conducting an open tender process for the procurement of an End-to-End Contract Management System (LOT C), with an estimated value of £3,000,000. Located in Moor Row, Cumbria, this initiative is aimed at enhancing the governance and management of project-derived contracts, especially those adhering to NEC3 and NEC4 standards. Key deadlines include the tender submission closing date of 16 May 2022, and the contract period spans 1440 days, with potential extensions allowing for continued support after the initial term.

This tender presents significant opportunities for businesses specialising in software development and information systems. Companies that provide integrated contract management solutions capable of supporting complex project management requirements, including tailored workflows and performance visibility, are especially well-suited to compete. Additionally, the system's requirement for integrations with existing platforms such as Atamis 3.0 and Microsoft Power BI indicates a need for firms with experience in API development and data analysis tools, marking a potential avenue for business growth in the public sector.

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

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.

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

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

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-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"
}