Section one: Contracting authority
one.1) Name and addresses
Nuclear Decommissioning Authority
Herdus House Westlakes Science and Technology Park Moor Row
Cumbria
CA24 3HU
Contact
Stephen Peters
Telephone
+44 7514622996
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
01002607
Internet address(es)
Main address
Buyer's 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://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15477&B=SELLAFIELD
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15477&B=SELLAFIELD
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
Nuclear Decommissioning
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Commercial Systems Procurement – Lot D: Supply Chain Risk Management System
Reference number
NDA9/00975
two.1.2) Main CPV code
- 48000000 - Software package and information systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
This procurement is for the Lot D: Supply Chain Risk Management System. This system will facilitate supply chain mapping, supply chain risk identification and supply chain risk management. It will take inputs from other systems in the Project Victory suite along with inputs directly from our supplier base and other external sources. The system will support the import and export of data via Application Programme Interfaces between our Lot A: Source-to-Contract System (Atamis 3.0), our Lot B: Market and Supplier Intelligence Systems, Lot E: Microsoft Power BI analytics platform and other external sources.
two.1.5) Estimated total value
Value excluding VAT: £750,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Westlakes Science and Technology Park.
two.2.4) Description of the procurement
The Nuclear Decommissioning Authority (NDA) has established an NDA group-wide project, “Project Victory”, to replace expiring contracts and significantly enhance the group’s current commercial IT systems capability and associated ways of working. The new systems suite will cover all aspects of how we manage our £1.9bn annual supply chain spend including: our procurement pipelines, sourcing, contracts, commercial benefits and savings tracking, identifying and managing supply chain risk, and strategic supplier relationship management.
This procurement is for the Lot D: Supply Chain Risk Management System. This system will facilitate supply chain mapping, supply chain risk identification and supply chain risk management. It will take inputs from other systems in the Project Victory suite along with inputs directly from our supplier base and other external sources. The system will support the import and export of data via Application Programme Interfaces between our Lot A: Source-to-Contract System (Atamis 3.0), our Lot B: Market and Supplier Intelligence Systems, Lot E: Microsoft Power BI analytics platform and other external sources.
The new systems are being procured, contracted for, or built by NDA in five parts, referred to hereafter as lots:
• Lot A: Source-to-Contract System – Atamis 3.0; (Purchased)
• Lot B: Market and Supplier Intelligence – Dun & Bradstreet, RapidRatings, IbisWorld, ROC; (Purchased)
• Lot C: End-to-End Contract Management System; (To be Published Feb 2022)
• Lot D: Supply Chain Risk Management System – this lot;
• Lot E: Analytics, Reporting and Dashboarding System – Microsoft Power BI. (Developed in-house)
Service recipients:
The recipients of the services provided under this contract are:
(a) the contracting authority;
(b) Sellafield Ltd (company number 01002607);
(c) Low Level Waste Repository Ltd (company number 05608448);
(d) Magnox Ltd (company number 02264251);
(e) Dounreay Site Restoration Ltd (company number SC307493);
(f) International Nuclear Services Ltd (company number 01144352);
(g) Direct Rail Services Ltd (company number 03020822)
(h) Radioactive Waste Management Ltd (company number 08920190);
(i) National Nuclear Laboratory Ltd (company number 03857752).
The contracting authority reserves the right to provide the services under the contract to the following services recipients on an optional basis:
(j) any other UK public sector contracting authority that delivers services to the UK in respect of the nuclear decommissioning programme; and
(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;
(l) and any successor bodies thereto that perform any of the functions previously performed by any of the foregoing bodies.
Please note the initial term is for 48 months with a value of up to £750,000. With two further 24 month optional extensions that are to be taken at the sole discretion of the NDA.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
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.
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
Any submissions received after the time limit for receipt of tenders shall not be accepted.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please refer to Procurement Documents via the link provided.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Please refer to Procurement Documents via the link provided.
Minimum level(s) of standards possibly required
Please refer to Procurement Documents via the link provided.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Please refer to Procurement Documents via the link provided.
Minimum level(s) of standards possibly required
Please refer to Procurement Documents via the link provided.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please refer to Procurement Documents via the link provided.
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.2.1) Previous publication concerning this procedure
Notice number: 2019/S 180-438562
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 March 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 5 September 2022
four.2.7) Conditions for opening of tenders
Date
9 March 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Please see associated procurement documents via link
https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15477&B=SELLAFIELD
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand
London
London
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand
London
London
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures:
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.
six.4.4) Service from which information about the review procedure may be obtained
Nuclear Decommissioning Authority
Herdus House Westlakes Science and Technology Park Moor Row
Cumbria
CA24 3HU
CommercialSystemsProcurement@nda.gov.uk
Telephone
+44 07514622996
Country
United Kingdom