Section one: Contracting authority
one.1) Name and addresses
UK Research & Innovation
https://www.ukri.org/, North Star Avenue
Swindon
SN2 1FL
Contact
Elizabeth Gage
Telephone
+44 1235446908
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://ukri.delta-esourcing.com/
Additional information can be obtained from the above-mentioned address
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
Research
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
UKRI-3693 Commercial Management System for UK Research and Innovation
Reference number
UKRI-3693
two.1.2) Main CPV code
- 72510000 - Computer-related management services
two.1.3) Type of contract
Services
two.1.4) Short description
UKRI requires a fully integrated web based Commercial Management System that can support all requirements throughout the Procurement Lifecycle.
The main objectives are:
•For UKRI to have an eSourcing system which is compliant to PCR 2015 and Procurement Act 2023.
•Realising process efficiencies from a single common platform for commercial life cycle management.
•Improved visibility on pipeline and work in progress.
•Enhancements to enable better and more accurate Contract Management
two.1.5) Estimated total value
Value excluding VAT: £400,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
UKRI wish to award the Contract to a single Supplier who can provide the core and potentially additional requirements; tenders for part of the core functionality only will not be accepted.
The system, as a minimum, must be able to provide the core functionality listed below. Please note, this list is a summary, further details can be found within Annex 1 – UKRI-3693 Functional and Technical Detail. Additional functionality may be purchased throughout the duration of the contract:
The main objectives are:
•For UKRI to have an eSourcing system which is compliant to PCR 2015 and Procurement Act 2023.
•Realising process efficiencies from a single common platform for commercial life cycle management.
•Improved visibility on pipeline and work in progress.
•Enhancements to enable better and more accurate Contract Management
The requirements have been split between Core and Additional Functionality:
Core Functionality:
•eSourcing.
•Contract/project register.
•Contract management.
•Reporting.
•Training and Support.
Additional Functionality:
•Pre-Procurement Activity (Market Intelligence/market data).
•Category and Strategy Planning.
•Supplier Management.
•Data/spend analytics.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £400,000
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.2.14) Additional information
Suppliers will be mandated to provide a live system demonstration. Failure to provide a live system demonstration will result in a Suppliers bid being deemed non-compliant and will not be evaluated further. Planned demonstration days are either 9th or 10th January 2025. Details are to be confirmed.
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.1.8) 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
Originally published as:
Date
27 December 2024
Local time
2:00pm
Changed to:
Date
6 January 2025
Local time
2:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
27 December 2024
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/T538CV5S4Q
GO Reference: GO-20241122-PRO-28625650
six.4) Procedures for review
six.4.1) Review body
UK Research and Innovation
Polaris House, North Star Avenue
Swindon
SN2 1FL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
UK Research & Innovation
, Polaris House, North Star Avenue
Swindon
SN2 1FL
Country
United Kingdom