Business
Opportunities /
Tenders
by product
by date
subscribe
Find Suppliers
sourcing services
Terms of Use
© 2002 NuclearMarket
|Home | Members | Free Trial | Contact Us|


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.