II.1)
Scope of the procurement
NDA9/00974 - Lot C: End-To-End Contract Management System
Reference number:
NDA9/00974
48490000
-
Procurement software package
Supplies
II.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.
II.1.5)
Estimated total value
Value excluding VAT: 6500000.00
GBP
II.1.6)
Information about lots
This contract is divided into lots:
no
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 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.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 6500000.00
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:
no
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.