|
IMPORTANT NOTE:
The notice below may have expired - To receive our email alerts in the future please click here for a free trial.
|
Procurement Notice Details
Project management software package [digital programme and project management system]
UK
Purchaser: Radioactive Waste Management
08/03/2019 S48 - - Services - Contract notice - Restricted procedure I.II.III.IV.VI. United Kingdom-Didcot: Project management software package
2019/S 048-110517
Contract notice
Services
Legal Basis:
Directive 2014/24/EU Section I: Contracting authority
I.1) Name and addresses Radioactive Waste Management N/A Building 587 Curie avenue Harwell Oxford Didcot OX11 0RH United Kingdom Contact person: Anthony Potts Telephone: +44 1925802897 E-mail: tony.POTTS@nda.gov.uk NUTS code: UK Internet address(es):
Main address: https://www.gov.uk/government/organisations/radioactive-waste-management
Address of the buyer profile: https://sharedsystems.eu-supply.com/ctm/Company/CompanyInformation/Index/14665
I.2) Information about joint procurement I.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge, at: https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=11519&B=RWM Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted electronically via: https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=11519&B=RWM Tenders or requests to participate must be submitted to the abovementioned address I.4) Type of the contracting authority Body governed by public law I.5) Main activity Other activity: Radioactive Waste Management Section II: Object
II.1) Scope of the procurement II.1.1) Title: Digital Programme and Project Management (PPM) System
Reference number: RWM173 II.1.2) Main CPV code 48331000 II.1.3) Type of contract Services II.1.4) Short description: The objective of the Digi PMO procurement is to support the transformation of RWM’s P3M capability through the introduction of a modern digital toolset that enables standardisation of processes across the company and the development of coherent accessible P3M data. The objectives of this contract are to supply, implement and support a Cloud based digital PMO solution that provides real time business management data for office based and mobile users. The solution is expected to be delivered as Software as a Service (SaaS) from a vendor provided cloud or other economically viable cloud solution.
II.1.5) Estimated total value Value excluding VAT: 900 000.00 GBP II.1.6) Information about lots This contract is divided into lots: no II.2) Description II.2.1) Title: II.2.2) Additional CPV code(s) 48000000 48330000 48332000 48450000 48451000 48331000 II.2.3) Place of performance NUTS code: UK II.2.4) Description of the procurement: The objective of the Digi PMO procurement is to support the transformation of RWM’s P3M capability through the introduction of a modern digital toolset that enables standardisation of processes across the company and the development of coherent accessible P3M data. The objectives of this contract are to supply, implement and support a cloud based digital PMO solution that provides real time business management data for office based and mobile users. The solution is expected to be delivered as Software as a Service (SaaS) from a vendor provided cloud or other economically viable cloud solution.
II.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents II.2.6) Estimated value Value excluding VAT: 900 000.00 GBP II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 24 This contract is subject to renewal: no II.2.9) Information about the limits on the number of candidates to be invited Envisaged minimum number: 5 Maximum number: 6 Objective criteria for choosing the limited number of candidates: As detailed in the tender documents.
II.2.10) Information about variants Variants will be accepted: no II.2.11) Information about options Options: no II.2.12) Information about electronic catalogues II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14) Additional information Section III: Legal, economic, financial and technical information
III.1) Conditions for participation III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers III.1.2) Economic and financial standing Selection criteria as stated in the procurement documents III.1.3) Technical and professional ability Selection criteria as stated in the procurement documents III.1.5) Information about reserved contracts III.2) Conditions related to the contract III.2.1) Information about a particular profession III.2.2) Contract performance conditions: III.2.3) Information about staff responsible for the performance of the contract Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract Section IV: Procedure
IV.1) Description IV.1.1) Type of procedure Restricted procedure IV.1.3) Information about a framework agreement or a dynamic purchasing system IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue IV.1.6) Information about electronic auction IV.1.8) Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: yes IV.2) Administrative information IV.2.1) Previous publication concerning this procedure IV.2.2) Time limit for receipt of tenders or requests to participate Date: 05/04/2019 Local time: 12:00 IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates Date: 12/04/2019 IV.2.4) Languages in which tenders or requests to participate may be submitted: English IV.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) IV.2.7) Conditions for opening of tenders Section VI: Complementary information
VI.1) Information about recurrence This is a recurrent procurement: no VI.2) Information about electronic workflows VI.3) Additional information: VI.4) Procedures for review VI.4.1) Review body Radioactive Waste Management Ltd Harwell United Kingdom VI.4.2) Body responsible for mediation procedures VI.4.3) Review procedure VI.4.4) Service from which information about the review procedure may be obtained VI.5) Date of dispatch of this notice: 05/03/2019
http://ted.europa.eu/, TED database, © European Communities, 1995-2019.
|
|