II.1)
Scope of the procurement
Commercial Systems Procurement – Lot D: Supply Chain Risk Management System
Reference number:
NDA9/00975
48000000
-
Software package and information systems
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: 750000.00
GBP
II.1.6)
Information about lots
This contract is divided into lots:
no
II.2.2)
Additional CPV code(s)
48000000
-
Software package and information systems
II.2.3)
Place of performance
NUTS code:
UK -
UNITED KINGDOM
Main site or place of performance:
Westlakes Science and Technology Park.
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; (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.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 750000.00
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.