Contract notice

Information

Published

Expire date: 09/11/2021

External Reference: 2021-454460

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Nuclear Decommissioning Authority
N/A
Herdus House, Westlakes Science and Technology Park
Moor Row
CA24 3HU
UK
Contact person: Stephen Peters
Telephone: +44 7514622996
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
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=14104&B=SELLAFIELD
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
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:  Nuclear Decommissioning

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Lot D: Supply Chain Mapping and Risk Management System
Reference number:  NDA9/00975
II.1.2)

Main CPV code

48000000  -  Software package and information systems
II.1.3)

Type of contract

Supplies
II.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.
II.1.5)

Estimated total value

Value excluding VAT: 1500000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

48490000  -  Procurement software package
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Moor Row
II.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;
• Lot B: Market and Supplier Intelligence – Dun & Bradstreet, RapidRatings, IbisWorld, ROC;
• Lot C: End-to-End Contract Management System;
• Lot D: Supply Chain Risk Management System – this lot;
• 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.
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: 1500000.00  GBP
II.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.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
4 years with the option to extend in x2 24 month increments.
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

Any submissions received after the time limit for receipt of tenders shall not be accepted.

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

List and brief description of conditions:  Conditions of participation are set out in the supporting ITT documentation.
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.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Performance conditions are set out in the ITT documentation.
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

Open procedure
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

Notice number in the FTS: 2019/S 180-438562
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  09/11/2021
Local time:  12:00
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

Tender must be valid until:  08/05/2022
IV.2.7)

Conditions for opening of tenders

Date:  09/11/2021
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.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 NDA9/00975. 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.
VI.4)

Procedures for review

VI.4.1)

Review body

Royal Courts of Justice
Strand
London
London
UK
Internet address: http://www.justice.gov.uk

VI.4.2)

Body responsible for mediation procedures

Royal Courts of Justice
Strand
London
London
UK
Internet address: http://www.justice.gov.uk

VI.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.
VI.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
UK
Telephone: +44 7514622996
Internet address: https://nda.gov.uk