Section one: Contracting authority
one.1) Name and addresses
Nuclear Decommissioning Authority
Herdus House Westlakes Science and Technology Park Moor Row
Cumbria
CA24 3HU
Contact
Stephen Peters
commercialsystemsprocurement@nda.gov.uk
Telephone
+44 7514622996
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
N/A
Internet address(es)
Main address
https://www.gov.uk/government/organisations/nuclear-decommissioning-authority
Buyer's address
https://www.gov.uk/government/organisations/nuclear-decommissioning-authority
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
LOT C: END-TO-END CONTRACT MANAGEMENT SYSTEM
Reference number
NDA9/00974
two.1.2) Main CPV code
- 48000000 - Software package and information systems
two.1.3) Type of contract
Supplies
two.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.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £6,600,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Moor Row
two.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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70%
Price - Weighting: 30%
two.2.11) Information about options
Options: Yes
Description of 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
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2019/S 180-438562
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
31 March 2023
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from other EU Member States: 4
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
thinkproject UK Limited
Thinkproject UK Limited, Welland House, Meteor Court Barnett Way, Barnwood
Gloucester
GL4 3GG
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
05430351
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £6,000,000
Lowest offer: £3,300,000 / Highest offer: £6,600,000 taken into consideration
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Royal Courts Of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand
London
WC2A 2LL
rcj.nationaldolscourt@justice.gov.uk
Country
United Kingdom
Internet address
https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice
six.4.3) Review procedure
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
Nuclear Decommissioning Authority
Herdus House Westlakes Science and Technology Park Moor Row
Cumbria
CA24 3HU
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/nuclear-decommissioning-authority