Lot D: Supply Chain Mapping and Risk Management System
A Tender Notice
by NUCLEAR DECOMMISSIONING AUTHORITY
- Source
- Find a Tender
- Type
- Contract (Goods)
- Duration
- 4 year
- Value
- £2M
- Sector
- TECHNOLOGY
- Published
- 30 Sep 2021
- Delivery
- To 19 Oct 2025 (est.)
- Deadline
- 09 Nov 2021 12:00
Concepts
Location
United Kingdom: Moor Row
1 buyer
- Nuclear Decommissioning Authority Moor Row
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.
Total Quantity or Scope
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. … 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.
Renewal Options
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.
CPV Codes
- 48000000 - Software package and information systems
- 48490000 - Procurement software package
Indicators
- This is a one-off contract (no recurrence)
- Options are available.
- Renewals are available.
- Professional qualifications are sought.
- Staff qualifications are relevant.
Other Information
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. ** PREVIEW NOTICE, please check Find a Tender for full details. ** 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.
Reference
- ocds-h6vhtk-02e657
- FTS 024296-2021