LOT C: END-TO-END CONTRACT MANAGEMENT SYSTEM

A Tender Notice
by NUCLEAR DECOMMISSIONING AUTHORITY

Source
Find a Tender
Type
Contract (Goods)
Duration
4 year
Value
£3M
Sector
TECHNOLOGY
Published
29 Mar 2022
Delivery
To 25 Apr 2026 (est.)
Deadline
16 May 2022 11:00

Concepts

Location

United Kingdom: Moor Row

Geochart for 1 buyers and 0 suppliers

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.

Total Quantity or Scope

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 £3,000,000 and then if both optional extensions are executed the full value is expected to be within £6,000,000.

Renewal Options

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.

CPV Codes

  • 48000000 - Software package and information systems

Indicators

  • This is a one-off contract (no recurrence)
  • Renewals are available.
  • Professional qualifications are sought.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 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.

Reference

Domains