Tender

Provision of a Multi-disciplinary Professional Resource Solution

  • Direct Rail Services

F02: Contract notice

Notice identifier: 2022/S 000-006635

Procurement identifier (OCID): ocds-h6vhtk-032085

Published 10 March 2022, 9:27pm



Section one: Contracting authority

one.1) Name and addresses

Direct Rail Services

Regents Court

Carlisle

CA6 4SJ

Contact

Tom Crowe

Email

Tom.crowe@ntsglobal.uk

Telephone

+44 1925986418

Country

United Kingdom

NUTS code

UKD - North West (England)

National registration number

3020822

Internet address(es)

Main address

https://www.gov.uk/government/case-studies/shared-services-alliance-ssa-for-nuclear-decommissioning-estate

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15619&B=SELLAFIELD

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15619&B=SELLAFIELD

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Nuclear Decommissioning


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of a Multi-disciplinary Professional Resource Solution

Reference number

TC20220309

two.1.2) Main CPV code

  • 72246000 - Systems consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

DRS have an internal ICT team that support the business to the best of their capacity. However, the business is moving through a significant transformation programme of work and require additional capability and capacity.

This scope of work can be split into three Lots in the following way:

Lot 1 - A Microsoft Certified Partner

Lot 2 - A multi-supplier lot to provide additional Subject Matter expert support on our ICT transformation work.

Lot 3 - A single supplier who are capable of delivering differing ICT specialist resource to the DRS business.

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

A Microsoft Certified Partner

Lot No

1

two.2.2) Additional CPV code(s)

  • 72100000 - Hardware consultancy services
  • 72200000 - Software programming and consultancy services
  • 72220000 - Systems and technical consultancy services
  • 72224000 - Project management consultancy services
  • 72227000 - Software integration consultancy services
  • 72228000 - Hardware integration consultancy services
  • 72266000 - Software consultancy services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

Carlisle

two.2.4) Description of the procurement

Lot 1

DRS require a Microsoft partner to work with us throughout our increasing utilisation of Microsoft products. The successful supplier will be a Microsoft Certified Partner.

The key expected activities will be:

• To provide a multitude of support including;

• Subject matter experts on M365 applications;

• Planning and Costings for cloud hosting;

• Security compliance help;

• Best practice for each solution;

• Help with licences needed for solutions (outside our e5 agreement)

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Subject Matter Experts

Lot No

2

two.2.2) Additional CPV code(s)

  • 72100000 - Hardware consultancy services
  • 72200000 - Software programming and consultancy services
  • 72224000 - Project management consultancy services
  • 72220000 - Systems and technical consultancy services
  • 72227000 - Software integration consultancy services
  • 72228000 - Hardware integration consultancy services
  • 72266000 - Software consultancy services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

Carlisle

two.2.4) Description of the procurement

The second lot is a multi-supplier lot to provide additional Subject Matter expert support on our ICT transformation work. We intend to draw upon the expertise of the supply chain to support the delivery of a number of key projects over the coming four years,

We envisage the requirement of the following expert resource types to support these requirements:

- Project Manager

- Senior Project Manager

- Programme Manager

- Senior Programme Manager

- Portfolio Manager

- Junior Consultant

- Consultant

- Senior Consultant

- Principal Consultant

- Managing Consultant

- Partner

- Senior ICT Support

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

ICT Specialist Recruitment

Lot No

3

two.2.2) Additional CPV code(s)

  • 72266000 - Software consultancy services
  • 79600000 - Recruitment services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

Carlisle

two.2.4) Description of the procurement

This lot will provide a single supplier who are capable of delivering differing ICT specialist resource to the DRS business. The successful supplier will be able to provide expert ICT resource in the following ways:

• Agency Supplied Worker (Temporary)

• Fixed Term Contract

• Permanent Staff

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 8

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

11 April 2022

Local time

8:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 11 October 2022

four.2.7) Conditions for opening of tenders

Date

11 April 2022

Local time

8:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

London

Country

United Kingdom

Internet address

http://www.justice.gov.uk

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

London

London

Country

United Kingdom

Internet address

http://www.justice.gov.uk

six.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.

six.4.4) Service from which information about the review procedure may be obtained

Direct Rail Services Limited

Baron Way

Carlisle

CA6 4SJ

Country

United Kingdom