Contract

LOT C: END-TO-END CONTRACT MANAGEMENT SYSTEM

  • Nuclear Decommissioning Authority

F03: Contract award notice

Notice identifier: 2023/S 000-011736

Procurement identifier (OCID): ocds-h6vhtk-03c3c2

Published 24 April 2023, 8:56pm



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

Email

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

Email

RCJ.DCO@justice.gov.uk

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

Email

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