Tender

UKRI-3693 Commercial Management System for UK Research and Innovation

  • UK Research & Innovation

F02: Contract notice

Notice identifier: 2024/S 000-037929

Procurement identifier (OCID): ocds-h6vhtk-04be40

Published 22 November 2024, 7:05pm



The closing date and time has been changed to:

6 January 2025, 2:00pm

See the change notice.

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

Email

UKRI.CMSTender@ukri.org

Telephone

+44 1235446908

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.ukri.org/

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:

https://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Computer-related-management-services./T538CV5S4Q

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