Tender

Lot D: Supply Chain Mapping and Risk Management System

NUCLEAR DECOMMISSIONING AUTHORITY

This public procurement record has 1 release in its history.

Tender

30 Sep 2021 at 10:57

Summary of the contracting process

The Nuclear Decommissioning Authority (NDA) is conducting an active tender process for a project titled "Lot D: Supply Chain Mapping and Risk Management System." This procurement falls within the goods category, specifically focusing on software and information systems, with an estimated value of £1.5 million. The deadline for submitting tenders is set for 9th November 2021, and the contract will cover a period of four years, with possible extensions lasting an additional 24 months each. The tender is being implemented through an open procedure, allowing a broad range of suppliers to participate, thereby fostering competition.

This tender represents significant growth opportunities for businesses specialising in software development and supply chain management. Competitors that can provide innovative solutions for supply chain mapping, risk identification, and management are particularly well-suited to apply. The project aims to enhance the NDA's commercial IT systems capability, making it an ideal prospect for firms experienced in interfacing data between multiple systems and optimising supply chain processes. By engaging in this tender, businesses have the potential to contribute to vital nuclear decommissioning initiatives while expanding their market presence in a lucrative sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Lot D: Supply Chain Mapping and Risk Management System

Notice 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.

Lot Information

Lot 1

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 PS1.9bn 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. Additional information: Any submissions received after the time limit for receipt of tenders shall not be accepted.

Options: 4 years with the option to extend in x2 24 month increments.

Renewal: 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02e657
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/024296-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems


CPV Codes

48000000 - Software package and information systems

48490000 - Procurement software package

Notice Value(s)

Tender Value
£1,500,000 £1M-£10M
Lots Value
£1,500,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
30 Sep 20214 years ago
Submission Deadline
9 Nov 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NUCLEAR DECOMMISSIONING AUTHORITY
Contact Name
Stephen Peters
Contact Email
commercialsystemsprocurement@nda.gov.uk
Contact Phone
+44 7514622996

Buyer Location

Locality
MOOR ROW
Postcode
CA24 3HU
Post Town
Carlisle
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD1 Cumbria
Small Region (ITL 3)
TLD13 Cumberland
Delivery Location
Not specified

Local Authority
Cumberland
Electoral Ward
Egremont North and St Bees
Westminster Constituency
Whitehaven and Workington

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02e657-2021-09-30T11:57:21+01:00",
    "date": "2021-09-30T11:57:21+01:00",
    "ocid": "ocds-h6vhtk-02e657",
    "description": "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.",
    "initiationType": "tender",
    "tender": {
        "id": "NDA9/00975",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Lot D: Supply Chain Mapping and Risk Management System",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "48000000",
            "description": "Software package and information systems"
        },
        "mainProcurementCategory": "goods",
        "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.",
        "value": {
            "amount": 1500000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "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 PS1.9bn 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. Additional information: Any submissions received after the time limit for receipt of tenders shall not be accepted.",
                "value": {
                    "amount": 1500000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "4 years with the option to extend in x2 24 month increments."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48490000",
                        "description": "Procurement software package"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "Moor Row"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=14104&B=SELLAFIELD",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Conditions of participation are set out in the supporting ITT documentation.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "Performance conditions are set out in the ITT documentation."
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-11-09T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2022-05-08T23:59:59+01:00"
            }
        },
        "awardPeriod": {
            "startDate": "2021-11-09T12:00:00Z"
        },
        "bidOpening": {
            "date": "2021-11-09T12:00:00Z"
        },
        "hasRecurrence": false,
        "reviewDetails": "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."
    },
    "parties": [
        {
            "id": "GB-FTS-30084",
            "name": "Nuclear Decommissioning Authority",
            "identifier": {
                "legalName": "Nuclear Decommissioning Authority",
                "id": "N/A"
            },
            "address": {
                "streetAddress": "Herdus House, Westlakes Science and Technology Park",
                "locality": "Moor Row",
                "region": "UK",
                "postalCode": "CA24 3HU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Stephen Peters",
                "telephone": "+44 7514622996",
                "email": "commercialsystemsprocurement@nda.gov.uk",
                "url": "https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=14104&B=SELLAFIELD"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/case-studies/shared-services-alliance-ssa-for-nuclear-decommissioning-estate",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Nuclear Decommissioning"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-439",
            "name": "Royal Courts of Justice",
            "identifier": {
                "legalName": "Royal Courts of Justice"
            },
            "address": {
                "streetAddress": "Strand",
                "locality": "London",
                "postalCode": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ],
            "details": {
                "url": "http://www.justice.gov.uk"
            }
        },
        {
            "id": "GB-FTS-30086",
            "name": "Nuclear Decommissioning Authority",
            "identifier": {
                "legalName": "Nuclear Decommissioning Authority"
            },
            "address": {
                "streetAddress": "Herdus House, Westlakes Science and Technology Park",
                "locality": "Moor Row, Cumbria",
                "postalCode": "CA24 3HU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 7514622996",
                "email": "commercialsystemsprocurement@nda.gov.uk"
            },
            "roles": [
                "reviewContactPoint"
            ],
            "details": {
                "url": "https://nda.gov.uk"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-30084",
        "name": "Nuclear Decommissioning Authority"
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:438562-2019:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}