Tender

Computerised Maintenance Management System

  • United Kingdom Atomic Energy Authority

F02: Contract notice

Notice identifier: 2024/S 000-024037

Procurement identifier (OCID): ocds-h6vhtk-048689

Published 31 July 2024, 4:49pm



Section one: Contracting authority

one.1) Name and addresses

United Kingdom Atomic Energy Authority

Culham Campus

Abingdon

OX14 3DB

Contact

Guy Wells

Email

guy.wells@ukaea.uk

Telephone

+44 0123546

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

N/A

Internet address(es)

Main address

http://www.gov.uk/government/organisations/uk-atomic-energy-authority

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/72814

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=84266&B=UKAEA

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=84266&B=UKAEA

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

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Computerised Maintenance Management System

Reference number

T/GW/108/24

two.1.2) Main CPV code

  • 48420000 - Facilities management software package and software package suite

two.1.3) Type of contract

Supplies

two.1.4) Short description

The UKAEA has a requirement for a Computerised Maintenance Management System to support the Building and Facilities Management Department carry out multiple projects and day to day work across site with the direct participation of contracted building/facilities management contractors.

The requirements will include but not be limited to mobilisation, training , integration and on-going service support.

Values exclude VAT and are for the total length including potential extensions, mobilisation and inflationary increases.

two.1.5) Estimated total value

Value excluding VAT: £3,400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems
  • 48100000 - Industry specific software package
  • 48421000 - Facilities management software package
  • 48422000 - Software package suites

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Oxfordshire

two.2.4) Description of the procurement

The overall requirements for the CMMS are to have a tool in which has the following functionality.

Job requests created through a remote Helpdesks, identification of callers. Duplicate and follow on work orders.

Maintenance Plan and Maintenance Schedule, including managing multiple maintenance strategies

Maintenance Projects and associated work orders.

Manage the performance of Planned and Reactive work against SLA / KPI's

Workflows and authorisations .

Customer self-service portal, to raise and track tickets raised and request for services.

Term (Prime) Contractor and Sub contractor access through a system Portal to create, view, update status and complete work orders.

Full enterprise Asset Management, managing assets through the whole asset lifecycle.

Asset management framework, tagging of assets, categorisation of assets (SFG20), registration of new assets.

Asset compliance showing all the regulatory compliance in a building or asset group.

Location Hierarchies and their details, from a geographic location, site, building, functional areas and room. The status of the location must be able to be displayed.

Audits and Inspections against locations, asset groups and jobs completed.

Notifications and Alerts as to the progress of work orders and when approaching deadlines or SLA's.

Inventory stock software system to capture all existing spares and consumables, allocations to jobs, stock location and re-order.

Contract Management details, templates and performance criteria.

Lease Management to hold lease details, manage onboarding process, inspections and complaints.

Reporting across all application functions, standard and user created reports and dashboards.

Integrations and interfaces with SFG20, BIM COBIE files, MS Power BI.

System access via mobile devices, with the ability to work offline.

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: £40,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Mobilisation stage +3 years +1+1+1 = 6 years.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 7

Objective criteria for choosing the limited number of candidates:

In SQ document.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

+1+1+1.

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.2.14) Additional information

This is a restricted process and only those companies meeting the criteria set out at selection stage will be invited to tender.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Refer to Procurement Documents for information.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Refer to Procurement Documents for information.

Minimum level(s) of standards possibly required

Refer to Procurement Documents for information.

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Refer to Procurement Documents for information.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

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

Date

3 September 2024

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

2 October 2024

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

Duration in months: 3 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 6 years

six.4) Procedures for review

six.4.1) Review body

UK Atomic Energy Authority

Culham Science Centre

Abingdon

OX14 3DB

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/uk-atomic-energy-authority

six.4.2) Body responsible for mediation procedures

UK Atomic Energy Authority

Culham Science Centre

Abingdon

OX14 3DB

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/uk-atomic-energy-authority

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

VI.4.2)Body responsible for mediation procedures

VI.4.3)Review procedure

Precise information on deadline(s) for review procedures:

The authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers.

This period allows unsuccessful tenderers to seek further debriefing from the authority before a contract is entered into applicants have 2 working days from the notification of the award decision to request. Additional debriefing and that information have to be provided within a minimum of 3 working days before the expiry of the standstill period. Such additional information should be sought from the contact named in this notice.

If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2015 (SI 2015 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

Any such action must be brought promptly.

(generally within 3 months).

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

UK Atomic Energy Authority

Culham Science Centre

Abingdon

OX14 3DB

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/uk-atomic-energy-authority