Opportunity

NDA9/00974 - Lot C: End-To-End Contract Management System

  • Nuclear Decommissioning Authority

F02: Contract notice

Notice reference: 2021/S 000-024294

Published 30 September 2021, 11:42am



Section one: Contracting authority

one.1) Name and addresses

Nuclear Decommissioning Authority

Herdus House, Westlakes Science and Technology Park

Moor Row

CA24 3HU

Contact

Stephen Peters

Email

commercialsystemsprocurement@nda.gov.uk

Telephone

+44 7514622996

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

N/A

Internet address(es)

Main address

https://www.gov.uk/government/case-studies/shared-services-alliance-ssa-for-nuclear-decommissioning-estate

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=14109&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=14109&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

NDA9/00974 - Lot C: End-To-End Contract Management System

Reference number

NDA9/00974

two.1.2) Main CPV code

  • 48490000 - Procurement software package

two.1.3) Type of contract

Supplies

two.1.4) Short description

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.

two.1.5) Estimated total value

Value excluding VAT: £6,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48490000 - Procurement software package

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Moor Row

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 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.

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.

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;

• Lot B: Market and Supplier Intelligence;

• Lot C: End-to-End Contract Management System – this Lot;

• Lot D: Supply Chain Risk Management System;

• Lot E: Analytics, Reporting and Dashboarding System – Microsoft Power BI.

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.

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: £6,500,000

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

Conditions for participation are set out in the ITT documentation attached.

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Contract performance conditions are set out in the ITT documentation attached.


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

17 November 2021

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: 24 August 2022

four.2.7) Conditions for opening of tenders

Date

17 November 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Bidders shall submit a Standard Selection Questionnaire (SQ) along with their tender before the time limit for receipt of tenders set out in NDA9/00974. The Authority reserves the right to evaluate only those tenders from bidders that meet the requirements set out in the SQ.

There are three components to the Invitation to Tender: 1) Technical Response, 2) User Experience, and 3) Commercial, Legal and Financial, which will be evaluated in this order. The Authority reserves the right to take forward only the three (3) highest scoring bidders from the Technical Response component to the User Experience and Commercial, Legal and Financial components. This means that any bidder not scoring in the top three (3) for the Technical Response will not be invited to participate in User Experience tests as their Commercial, Legal and Financial component of their tender will not be evaluated.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

London

Country

United Kingdom

Internet address

http://www.justice.gov.uk

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

London

London

Country

United Kingdom

Internet address

http://www.justice.gov.uk

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

Email

commercialsystemsprocurement@nda.gov.uk

Telephone

+44 7514622996

Country

United Kingdom

Internet address

http://gov.uk/nda