Award

Strategic Systems Development & Support

MINING REMEDIATION AUTHORITY

This public procurement record has 4 releases in its history.

Award

02 Dec 2025 at 10:36

Tender

09 May 2025 at 10:52

PlanningUpdate

28 Apr 2025 at 09:59

Planning

24 Apr 2025 at 15:30

Summary of the contracting process

The Mining Remediation Authority, a public authority under central government, has completed the procurement process for a contract titled "Strategic Systems Development & Support." This process involved a competitive flexible procedure aimed at servicing the Authority's digital systems and platforms. The procurement was situated in Nottinghamshire, UK, and fell under the services category, specifically IT services. After a three-stage process, CGI IT UK LIMITED emerged as the supplier, with a gross award value of GBP 23,618,449.20. The procurement method was selective, with the standstill period ending on 11 December 2025, and the contract slated to start on 1 April 2026, continuing for an initial period of five years, extendable up to three additional years based on performance reviews.

This tender provides significant opportunities for businesses specialising in IT consulting, software development, and digital support. Companies adept at managing enterprise mining systems, and those proficient in innovative technology solutions, will find this venture conducive to their growth. Particularly, organisations that demonstrate strong technical capabilities, value alignment with public sector goals, and a commitment to sustainability and social value will be well-positioned to leverage this type of contract. This procurement process underscores the importance of strategic partnerships and technical proficiency, offering potential for long-term collaborations with government bodies.

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

Strategic Systems Development & Support

Notice Description

The Mining Remediation Authority sought a Supplier to provide a third-party digital resource contract to deliver resources for the ongoing development and maintenance of the organisation's bespoke enterprise mining information systems and main data platform (Inferis), as well as supporting the wider digital needs of the organisation and the development and implementation of emerging technologies. The Authority processed a three stage Competitive Flexible Procedure. 11 requests to participate were received in stage 1. 5 suppliers passed stage 1 and were invited to stage 2. 4 suppliers submitted bids in stage 2. 2 suppliers passed stage 2 and were invited to stage 3.

Lot Information

Lot 1

Renewal: The proposed contract term is an initial period of 5 years with an option to extend for up to an additional 3 years (2+1) giving a maximum contract length of 8 years. The extensions will allow the organisation to review any changes in the market, review contract performance to date and assess if the contract still offers best value for money including where possible benchmarking costs.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-050731
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/078784-2025
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
UK6 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

72000000 - IT services: consulting, software development, Internet and support

Notice Value(s)

Tender Value
£19,500,000 £10M-£100M
Lots Value
£19,500,000 £10M-£100M
Awards Value
£19,682,041 £10M-£100M
Contracts Value
Not specified

Notice Dates

Publication Date
2 Dec 20252 months ago
Submission Deadline
22 May 2025Expired
Future Notice Date
6 May 2025Expired
Award Date
28 Nov 20252 months ago
Contract Period
31 Mar 2026 - 31 Mar 2031 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Pending
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINING REMEDIATION AUTHORITY
Contact Name
Lucy Field
Contact Email
digitalprocurement@miningremediation.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
NOTTINGHAMSHIRE
Postcode
NG18 4RG
Post Town
Nottingham
Country
England

Major Region (ITL 1)
TLF East Midlands (England)
Basic Region (ITL 2)
TLF1 Derbyshire and Nottinghamshire
Small Region (ITL 3)
TLF15 North Nottinghamshire
Delivery Location
Not specified

Local Authority
Mansfield
Electoral Ward
Berry Hill
Westminster Constituency
Mansfield

Supplier Information

Number of Suppliers
1
Supplier Name

CGI IT

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-050731-2025-12-02T10:36:08Z",
    "date": "2025-12-02T10:36:08Z",
    "ocid": "ocds-h6vhtk-050731",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "016866-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/016866-2025",
                "datePublished": "2025-04-24T16:30:13+01:00",
                "format": "text/html"
            },
            {
                "id": "017233-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/017233-2025",
                "datePublished": "2025-04-28T10:59:32+01:00",
                "format": "text/html"
            }
        ],
        "noEngagementNoticeRationale": "Preliminary market engagement was carried out in 2024 advertised in PIN: https://www.contractsfinder.service.gov.uk/Notice/c17ecb9b-8e29-456a-b14b-347d4b55131b"
    },
    "parties": [
        {
            "id": "GB-PPON-PRPD-5825-QDVY",
            "name": "Mining Remediation Authority",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PRPD-5825-QDVY"
            },
            "address": {
                "streetAddress": "200 Lichfield Lane",
                "locality": "Nottinghamshire",
                "postalCode": "NG18 4RG",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKF15"
            },
            "contactPoint": {
                "email": "digitalprocurement@miningremediation.gov.uk",
                "name": "Lucy Field"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.miningremediation.co.uk",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-00947968",
            "name": "CGI IT UK LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "00947968"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PHYV-4665-PNTX"
                }
            ],
            "address": {
                "streetAddress": "14th Floor, 20 Fenchurch Street",
                "locality": "London",
                "postalCode": "EC3M 3BY",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI31"
            },
            "contactPoint": {
                "email": "uk.gen.ccsframeworks@cgi.com"
            },
            "roles": [
                "supplier",
                "tenderer"
            ],
            "details": {
                "url": "https://www.cgi.com/uk/en-gb",
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PRPD-5825-QDVY",
        "name": "Mining Remediation Authority"
    },
    "tender": {
        "id": "CA18/05594",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Strategic Systems Development & Support",
        "description": "The Mining Remediation Authority sought a Supplier to provide a third-party digital resource contract to deliver resources for the ongoing development and maintenance of the organisation's bespoke enterprise mining information systems and main data platform (Inferis), as well as supporting the wider digital needs of the organisation and the development and implementation of emerging technologies. The Authority processed a three stage Competitive Flexible Procedure. 11 requests to participate were received in stage 1. 5 suppliers passed stage 1 and were invited to stage 2. 4 suppliers submitted bids in stage 2. 2 suppliers passed stage 2 and were invited to stage 3.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 23400000,
            "amount": 19500000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The procurement will follow the Competitive Flexible Procedure (CFP) in accordance with the Procurement Act 2023 and associated Procurement Regulations 2024. CFP was chosen for the opportunity to achieve a more effective, flexible, and value-driven procurement process. The procurement will consist of three stages. Stage 1: Shortlist up to five suppliers that pass Conditions of Participation and score highest on written responses to 4 scored technical quality questions. Stage 2: Shortlist up to 3 suppliers that score highest on 4 scored technical quality questions, social value, sustainability and fraud questions with written response. Pricing does not have a weighting as Price evaluation will use Price per Quality Point. Stage 3: Face to face presentation response to a case study work package scenario. Presentations will be held at our office, 200 Lichfield Lane, Berry Hill, Mansfield, Nottinghamshire, NR18 4RG."
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "submissionMethodDetails": "Mining Remediation Authority tenders are now being undertaken by the Authority's eTender portal InBye, details of how to register are detailed below. Should you wish to participate in any electronic tender exercise you will need to register your company details, which will require the provision of some company information and agreement to terms and conditions to access the system. Use of the system is free of charge. Please register using the link below, specific instructions are attached in the Documents section of this notice. https://inbye.coal.gov.uk/S2C/SignIn.aspx Further information will be set out in the Tender Documents. Contract dates and procurement timeline dates stated are indicative and may be subject to change. All communications must be sent via the portal's messaging system to ensure auditability. If you have issues accessing the portal please contact Lucy Field - digitalprocurement@coal.gov.uk",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-06-06T16:00:00+01:00",
        "awardPeriod": {
            "endDate": "2025-12-19T23:59:59Z"
        },
        "lots": [
            {
                "id": "1",
                "status": "complete",
                "value": {
                    "amountGross": 23400000,
                    "amount": 19500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical Capability",
                            "numbers": [
                                {
                                    "number": 80,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Sustainability",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Fraud",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Technical Capability",
                            "numbers": [
                                {
                                    "number": 80,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Sustainability",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Fraud",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Technical Capability",
                            "description": "- Managing legacy systems while enabling innovation - Resource availability and continuity - Values and culture alignment - Service delivery - Delivery of requirements - Mobilisation and transition - Building long term partnerships - Strategic advisory services",
                            "numbers": [
                                {
                                    "number": 80,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "Tackling Economic Inequality - Creating opportunities for economic growth, particularly through job creation and SME engagement.",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Fraud",
                            "description": "Counter fraud strategy, fraud risk assessment, fraud reporting lines, counter fraud champion, fraud detection activity",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Sustainability",
                            "description": "Environmental & social impact reduction and additional environmental benefits delivered including working towards net zero greenhouse gas emissions.",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "The top 5 bidders achieving the highest score will be shortlisted on the basis that each has: - passed any pass/fail questions; and - submitted a compliant bid tenderers who score a 2 or less on any of the technical questions will be non-compliant. If a 6th placed tenderer achieves the minimum score and a total score that is within 3% of the 5th - then the 6th would go through. The MRA anticipate identifying a shortlist of 5 Bidders but reserves the right to increase or decrease based on the 3% margin of the total score at the end of the Stage.",
                            "forReduction": true
                        },
                        {
                            "description": "The top 5 bidders achieving the highest score will be shortlisted on the basis that each has: - passed any pass/fail questions; and - submitted a compliant bid tenderers who score a 2 or less on any of the technical questions will be non-compliant. If a 6th placed tenderer achieves the minimum score and a total score that is within 3% of the 5th - then the 6th would go through. The MRA anticipate identifying a shortlist of 5 Bidders but reserves the right to increase or decrease based on the 3% margin of the total score at the end of the Stage.",
                            "forReduction": true
                        },
                        {
                            "type": "economic",
                            "description": "As per the questionnaire available on the Sourcing Portal."
                        },
                        {
                            "type": "technical",
                            "description": "As per the questionnaire available on the Sourcing Portal."
                        },
                        {
                            "description": "The assessment of Requests to Participate will identify up to 5 Suppliers to be invited to participate in Stage 2. The Authority reserve the right to increase or decrease based on a 3% margin of the total score at the end of the stage. Any Supplier score with a margin over 3% (3.01, 3.10 etc) will not be taken through to the following stage.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-02-14T00:00:00Z",
                    "endDate": "2031-02-13T23:59:59Z",
                    "maxExtentDate": "2034-02-13T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The proposed contract term is an initial period of 5 years with an option to extend for up to an additional 3 years (2+1) giving a maximum contract length of 8 years. The extensions will allow the organisation to review any changes in the market, review contract performance to date and assess if the contract still offers best value for money including where possible benchmarking costs."
                },
                "suitability": {
                    "sme": true
                }
            }
        ],
        "documents": [
            {
                "id": "A-664",
                "documentType": "biddingDocuments",
                "description": "Instructions on how to register on our e-tendering portal.",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-664",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "A-665",
                "documentType": "biddingDocuments",
                "description": "Structure and Architecture",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-665",
                "format": "application/vnd.openxmlformats-officedocument.presentationml.presentation"
            },
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "https://inbye.coal.gov.uk/S2C/SignIn.aspx"
            },
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "A-1135",
                "documentType": "biddingDocuments",
                "description": "Registering on the Central Digital Platform",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-1135",
                "format": "application/pdf"
            },
            {
                "id": "A-1137",
                "documentType": "biddingDocuments",
                "description": "InBye e-tendering portal registration guide",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-1137",
                "format": "application/pdf"
            },
            {
                "id": "020011-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/020011-2025",
                "datePublished": "2025-05-09T11:52:54+01:00",
                "format": "text/html"
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-05-06T23:59:59+01:00"
        },
        "contractTerms": {
            "financialTerms": "Invoices are to be presented monthly in arrears by the Supplier and submitted to the Buyer within 5 working days of month end for review, verification and payment. In support of the invoicing process, a Chargeable Work Record will be completed on a monthly basis at the end of each calendar month detailing the total time booked against each work package or resource drawdown. In addition Supplier staff will book time in the Buyer time recording system against each activity performed. The Chargeable Work Record will be submitted to the Buyer's Project Sponsor at the end of the month for review and approval. The Chargeable Work Record will be used as evidence of work completed for submitting invoices to the Buyer. The rates for the above will be in line with the agreed Schedule of Rates and will be verified against these each month."
        },
        "amendments": [
            {
                "id": "017233-2025",
                "description": "Amendment of contact email to digitalprocurement@coal.gov.uk"
            }
        ],
        "enquiryPeriod": {
            "endDate": "2025-05-22T16:00:00+01:00"
        }
    },
    "language": "en",
    "bids": {
        "details": [
            {
                "id": "1",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-00947968",
                        "name": "CGI IT UK LIMITED"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            }
        ],
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "status": "pending",
            "date": "2025-11-28T00:00:00Z",
            "value": {
                "amountGross": 23618449.2,
                "amount": 19682041,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-00947968",
                    "name": "CGI IT UK LIMITED"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "72000000",
                            "description": "IT services: consulting, software development, Internet and support"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2025-12-11T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-04-01T00:00:00+01:00",
                "endDate": "2031-03-31T23:59:59+01:00",
                "maxExtentDate": "2034-03-31T23:59:59+01:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "Two optional extensions are built into the contract, their use will be based on performance reviews during the life of the contract. Optional extension 1: 2 years Optional extension 2: 1 year"
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "078784-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/078784-2025",
                    "datePublished": "2025-12-02T10:36:08Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2025-12-02T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-02-01T23:59:59Z",
                    "status": "scheduled"
                }
            ]
        }
    ]
}