
Market Leads & Opportunities
United Kingdom-Cumbria: LOT C: END-TO-END CONTRACT MANAGEMENT SYSTEM
Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2022/S 000-008471/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Global bid
Contract notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: Nuclear Decommissioning Authority
National registration number: 01002607
Postal address: Herdus House, Westlakes Science & Technology Park, Moor Row
Town: Cumbria
Postal code: CA24 3HU
Country: United Kingdom
Contact Person: Stephen Peters
Telephone: +44 7514622996
Email: commercialsystemsprocurement@nda.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity: Nuclear Decommissioning
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: LOT C: END-TO-END CONTRACT MANAGEMENT SYSTEM
Reference number: NDA9/00974
II.1.2) Main CPV code: 48000000
II.1.3) Type of contract: Supplies
II.1.4) Short 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.
II.1.5) Estimated total value:
Value excluding VAT: 3000000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
48000000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Moor Row
II.2.4) Description of the procurement:
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.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 3000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals: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.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) 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 £3,000,000 and then if both optional extensions are executed the full value is expected to be within £6,000,000.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:Conditions for participation are set out in the ITT documentation attached.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2.2) Contract performance conditions: Contract performance conditions are set out in the ITT documentation attached.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2019/S 180-438562
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2022-05-16 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Tender must be valid until:2023-02-20
IV.2.7) Conditions for opening tenders
Date: 2022-05-16 Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:
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.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Royal Courts of Justice
Postal address: Strand
Town: London
Postal code: London
Country: United Kingdom
Internet address:
VI.4.2) Body responsible for mediation procedures
Official name: Royal Courts of Justice
Postal address: Strand
Town: London
Postal code: London
Country: United Kingdom
Internet address:
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
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.
VI.4.4) Service from which information about the review procedure may be obtained
Official name: Nuclear Decommissioning Authority
Postal address: Herdus House Westlakes Science and Technology Park Moor Row
Town: Cumbria
Postal code: CA24 3HU
Country: United Kingdom
Telephone: +44 7514622996
E-mail: commercialsystemsprocurement@nda.gov.uk
Internet address:
VI.5) Date of dispatch of this notice:2022-03-29
More Opportunties
- Engage with Suppliers in the Materials Handling Market
23 Jun 25
The Awarding Authority is seeking to engage with suppliers in the materials handling market, as part of pre-tender engagement exercise to gain information to inform an upcoming procurement for the provision of Waste Handling Plant Equipment. The Council o> > - Award of Provision of Student Placement Software (GCU)
23 Jun 25
Glasgow Caledonian University has identified a requirement for the renewal of student placement software. This software will assist in allocating, administering and managing School of Health and Life Sciences students in work placements.> > - YTHFM – Low bed Replacment
23 Jun 25
Further competition via Health Trust Europe Beds, Mattresses, Patient Moving Supplies and Services Framework SF053302 - Lot 1 - Medical Beds This is a ten year contract. Value is based on the initial requirement> >