Notice Information
Notice Title
UKRI-3693 Commercial Management System for UK Research and Innovation
Notice Description
UKRI requires a fully integrated web based Commercial Management System that can support all requirements throughout the Procurement Lifecycle. The main objectives are: *For UKRI to have an eSourcing system which is compliant to PCR 2015 and Procurement Act 2023. *Realising process efficiencies from a single common platform for commercial life cycle management. *Improved visibility on pipeline and work in progress. *Enhancements to enable better and more accurate Contract Management
Lot Information
Lot 1
UKRI wish to award the Contract to a single Supplier who can provide the core and potentially additional requirements; tenders for part of the core functionality only will not be accepted. The system, as a minimum, must be able to provide the core functionality listed below. Please note, this list is a summary, further details can be found within Annex 1 - UKRI-3693 Functional and Technical Detail. Additional functionality may be purchased throughout the duration of the contract: The main objectives are: *For UKRI to have an eSourcing system which is compliant to PCR 2015 and Procurement Act 2023. *Realising process efficiencies from a single common platform for commercial life cycle management. *Improved visibility on pipeline and work in progress. *Enhancements to enable better and more accurate Contract Management The requirements have been split between Core and Additional Functionality: Core Functionality: *eSourcing. *Contract/project register. *Contract management. *Reporting. *Training and Support. Additional Functionality: *Pre-Procurement Activity (Market Intelligence/market data). *Category and Strategy Planning. *Supplier Management. *Data/spend analytics. Additional information: Suppliers will be mandated to provide a live system demonstration. Failure to provide a live system demonstration will result in a Suppliers bid being deemed non-compliant and will not be evaluated further. Planned demonstration days are either 9th or 10th January 2025. Details are to be confirmed.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04be40
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/039854-2024
- 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
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72510000 - Computer-related management services
Notice Value(s)
- Tender Value
- £400,000 £100K-£500K
- Lots Value
- £400,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 11 Dec 20241 years ago
- Submission Deadline
- 27 Dec 2024Expired
- 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
- UK RESEARCH & INNOVATION
- Contact Name
- Elizabeth Gage
- Contact Email
- ukri.cmstender@ukri.org
- Contact Phone
- +44 1235446908
Buyer Location
- Locality
- SWINDON
- Postcode
- SN2 1FL
- Post Town
- Swindon
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK7 Gloucestershire and Wiltshire
- Small Region (ITL 3)
- TLK71 Swindon
- Delivery Location
- Not specified
-
- Local Authority
- Swindon
- Electoral Ward
- Rodbourne Cheney
- Westminster Constituency
- Swindon North
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-04be40-2024-12-11T10:05:05Z",
"date": "2024-12-11T10:05:05Z",
"ocid": "ocds-h6vhtk-04be40",
"description": "The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. For more information about this opportunity, please visit the Delta eSourcing portal at: https://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Computer-related-management-services./T538CV5S4Q To respond to this opportunity, please click here: https://ukri.delta-esourcing.com/respond/T538CV5S4Q GO Reference: GO-20241122-PRO-28625650",
"initiationType": "tender",
"tender": {
"id": "UKRI-3693",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "UKRI-3693 Commercial Management System for UK Research and Innovation",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "72510000",
"description": "Computer-related management services"
},
"mainProcurementCategory": "services",
"description": "UKRI requires a fully integrated web based Commercial Management System that can support all requirements throughout the Procurement Lifecycle. The main objectives are: *For UKRI to have an eSourcing system which is compliant to PCR 2015 and Procurement Act 2023. *Realising process efficiencies from a single common platform for commercial life cycle management. *Improved visibility on pipeline and work in progress. *Enhancements to enable better and more accurate Contract Management",
"value": {
"amount": 400000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "UKRI wish to award the Contract to a single Supplier who can provide the core and potentially additional requirements; tenders for part of the core functionality only will not be accepted. The system, as a minimum, must be able to provide the core functionality listed below. Please note, this list is a summary, further details can be found within Annex 1 - UKRI-3693 Functional and Technical Detail. Additional functionality may be purchased throughout the duration of the contract: The main objectives are: *For UKRI to have an eSourcing system which is compliant to PCR 2015 and Procurement Act 2023. *Realising process efficiencies from a single common platform for commercial life cycle management. *Improved visibility on pipeline and work in progress. *Enhancements to enable better and more accurate Contract Management The requirements have been split between Core and Additional Functionality: Core Functionality: *eSourcing. *Contract/project register. *Contract management. *Reporting. *Training and Support. Additional Functionality: *Pre-Procurement Activity (Market Intelligence/market data). *Category and Strategy Planning. *Supplier Management. *Data/spend analytics. Additional information: Suppliers will be mandated to provide a live system demonstration. Failure to provide a live system demonstration will result in a Suppliers bid being deemed non-compliant and will not be evaluated further. Planned demonstration days are either 9th or 10th January 2025. Details are to be confirmed.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "70"
},
{
"name": "Price",
"type": "cost",
"description": "30"
}
]
},
"value": {
"amount": 400000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "UNITED KINGDOM"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"written"
],
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-12-27T14:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2024-12-27T15:00:00Z"
},
"bidOpening": {
"date": "2024-12-27T15:00:00Z"
},
"hasRecurrence": false,
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2024-12-27T14:00:00Z"
},
"newValue": {
"date": "2025-01-06T14:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit of receipt of tenders or requests to participate is to be changed from 27/12/2024 to 06/01/2025"
}
}
],
"description": "The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. For more information about this opportunity, please visit the Delta eSourcing portal at: https://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Computer-related-management-services./T538CV5S4Q To respond to this opportunity, please click here: https://ukri.delta-esourcing.com/respond/T538CV5S4Q GO Reference: GO-20241211-PRO-28852708"
}
]
},
"parties": [
{
"id": "GB-FTS-49374",
"name": "UK Research & Innovation",
"identifier": {
"legalName": "UK Research & Innovation"
},
"address": {
"streetAddress": "https://www.ukri.org/, North Star Avenue",
"locality": "Swindon",
"region": "UK",
"postalCode": "SN2 1FL",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Elizabeth Gage",
"telephone": "+44 1235446908",
"email": "UKRI.CMSTender@ukri.org",
"url": "https://ukri.delta-esourcing.com/"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.ukri.org/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"description": "Research"
}
]
}
},
{
"id": "GB-FTS-544",
"name": "UK Research and Innovation",
"identifier": {
"legalName": "UK Research and Innovation"
},
"address": {
"streetAddress": "Polaris House, North Star Avenue",
"locality": "Swindon",
"postalCode": "SN2 1FL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-131132",
"name": "UK Research & Innovation",
"identifier": {
"legalName": "UK Research & Innovation"
},
"address": {
"streetAddress": ", Polaris House, North Star Avenue",
"locality": "Swindon",
"postalCode": "SN2 1FL",
"countryName": "United Kingdom"
},
"roles": [
"mediationBody"
]
}
],
"buyer": {
"id": "GB-FTS-49374",
"name": "UK Research & Innovation"
},
"language": "en"
}