Hysbysiad dyfarnu contract
Canlyniadau'r weithdrefn gaffael
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Nuclear Decommissioning Authority
N/A
Herdus House Westlakes Science and Technology Park Moor Row
Cumbria
CA24 3HU
UK
Person cyswllt: Stephen Peters
Ffôn: +44 7514622996
E-bost: commercialsystemsprocurement@nda.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.gov.uk/government/organisations/nuclear-decommissioning-authority
Cyfeiriad proffil y prynwr: https://www.gov.uk/government/organisations/nuclear-decommissioning-authority
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Arall: Nuclear Decommissioning
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
LOT C: END-TO-END CONTRACT MANAGEMENT SYSTEM
Cyfeirnod: NDA9/00974
II.1.2) Prif god CPV
48000000
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
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.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.1.7) Cyfanswm gwerth y caffaeliad
Gwerth heb gynnwys TAW: 6 600 000.00 GBP
II.2) Disgrifiad
II.2.3) Man cyflawni
Cod NUTS:
UK
Prif safle neu fan cyflawni:
Moor Row
II.2.4) Disgrifiad o’r caffaeliad
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.<br/><br/>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.<br/><br/>The new systems are being procured, contracted for, or built by NDA in five parts, referred to hereafter as lots:<br/><br/>• Lot A: Source-to-Contract System – Atamis 3.0;<br/><br/>• Lot B: Market and Supplier Intelligence;<br/><br/>• Lot C: End-to-End Contract Management System – this Lot;<br/><br/>• Lot D: Supply Chain Risk Management System;<br/><br/>• Lot E: Analytics, Reporting and Dashboarding System – Microsoft Power BI.<br/><br/>Service recipients:<br/><br/>The recipients of the services provided under this contract are:<br/><br/>(a) the contracting authority;<br/><br/>(b) Sellafield Ltd<br/><br/>(c) Nuclear Transport Services<br/><br/>(d) Magnox Ltd<br/><br/>(e) Dounreay Site Restoration Ltd<br/><br/>(f) Nuclear Waste Services<br/><br/>(g) National Nuclear Laboratory Ltd<br/><br/>The contracting authority reserves the right to provide the services under the contract to the following services recipients on an optional basis:<br/><br/>(j) any other UK public sector contracting authority that delivers services to the UK in respect of the nuclear decommissioning programme; and<br/><br/>(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;<br/><br/>(l) and any successor bodies thereto that perform any of the functions previously performed by any of the foregoing bodies.
II.2.5) Meini prawf dyfarnu
Maes prawf ansawdd: Quality
/ Pwysoliad: 70%
Price
/ Pwysoliad:
30%
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
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
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2019/S 180-438562
Section V: Dyfarnu contract
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
31/03/2023
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 4
Nifer y tendrau a ddaeth i law gan BBaChau: 4
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 4
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 0
Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 4
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.3) Enw a chyfeiriad y contractwr
thinkproject UK Limited
05430351
Thinkproject UK Limited, Welland House, Meteor Court Barnett Way, Barnwood
Gloucester
GL4 3GG
UK
NUTS: UK
BBaCh yw’r contractwr:
Ydy
V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)
Amcangyfrif cychwynnol o gyfanswm gwerth y contract/lot: 6 000 000.00 GBP
Cynnig isaf: 3 300 000.00 GBP / Y cynnig uchaf: 6 600 000.00 GBP
V.2.5) Gwybodaeth am is-gontractio
Section VI: Gwybodaeth ategol
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Royal Courts Of Justice
Strand
London
WC2A 2LL
UK
E-bost: RCJ.DCO@justice.gov.uk
Cyfeiriad(au) rhyngrwyd
URL: https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice
VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu
Royal Courts of Justice
Strand
London
WC2A 2LL
UK
E-bost: rcj.nationaldolscourt@justice.gov.uk
Cyfeiriad(au) rhyngrwyd
URL: https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
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.
VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu
Nuclear Decommissioning Authority
Herdus House Westlakes Science and Technology Park Moor Row
Cumbria
CA24 3HU
UK
Cyfeiriad(au) rhyngrwyd
URL: https://www.gov.uk/government/organisations/nuclear-decommissioning-authority
VI.5) Dyddiad anfon yr hysbysiad hwn
24/04/2023