COMMERCIAL SYSTEMS PROCUREMENT – LOT A: SOURCE-TO-CONTRACT SYSTEM
A Contract Award Notice
by NUCLEAR DECOMMISSIONING AUTHORITY
- Source
- OJEU
- Type
- Contract (Supply)
- Duration
- 4 year (est.)
- Value
- £3M
- Sector
- TECHNOLOGY
- Published
- 27 Aug 2021
- Delivery
- To 27 Aug 2025 (est.)
- Deadline
- n/a
Concepts
Location
Westlakes Science and Technology Park
2 buyers
1 supplier
- Atamis Cardiff
Description
The Nuclear Decommissioning Authority (NDA) has established “Project Victory”, to replace expiring contracts and enhance the NDA group’s current commercial IT systems capability. The new systems suite will cover all aspects the commercial/procurement lifecycle including procurement pipelines; sourcing; contracts; commercial benefits and savings tracking; identifying and managing supply chain risk; and strategic supplier relationship management (SSRM). This procurement is for a Source-to-Contract System, which will be used to manage our procurement pipelines; sourcing activities; to manage a proportion of our contracts; and identify and realise commercial savings and benefits. It may also be used for SSRM. The System will form the lynchpin of the commercial systems suite and will be required to interface directly with the other systems creating “one-version of the truth”, providing data and information for operational and strategic decision making whilst minimising double-keying.
Total Quantity or Scope
The Nuclear Decommissioning Authority (NDA) has established “Project Victory”, to replace expiring contracts and significantly enhance the NDA group’s current commercial IT systems capability. The NDA group comprises Sellafield Limited; Magnox Limited; LLW Repository Limited; Dounreay Site Restoration Limited; International Nuclear Services Limited; Direct Rail Services Limited; and Radioactive Waste Management Limited, and spends in the region of £1.9bn per annum with the supply chain. The new systems will cover all aspects of how we manage that 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 and contracted for by NDA in five parts, referred to hereafter as Lots: • Lot A: Source-to-Contract System • Lot B: Market Intelligence and Category Strategies • Lot C: Contract Management System for End-to-End Project Management Contracts • Lot D: Supply Chain Risk Management System • Lot E: Analytics, Reporting and Dashboarding System This procurement is for the Lot A: Source-to-Contract System. The Source-to-Contract System will be used to manage our procurement pipelines; sourcing activities; to manage a large proportion of our contracts; and identify and realise commercial savings and benefits. It may also be used for strategic supplier relationship management. The System will form the lynchpin for the rest of the commercial systems suite and as such will be required to interface directly with the systems procured under the other Lots creating “one-version of the truth” and providing data and information for operational and strategic decision making whilst minimising double-keying. Service recipients: The recipients of the services provided under this contract are: (a) The Contracting Authority; (b) Sellafield Limited (company number 01002607); (c) Low Level Waste Repository Limited (company number 05608448); (d) Magnox Limited (company number 02264251); (e) Dounreay Site Restoration Limited (company number SC307493); (f) International Nuclear Services Limited (company number 01144352); (g) Direct Rail Services Limited (company number 03020822) (h) Radioactive Waste Management Limited (company number 08920190); (i) National Nuclear Laboratory Limited (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.
Award Detail
1 | Atamis (Cardiff)
|
Award Criteria
Technical Requirements | 49.0 |
Legal | 3.0 |
User Experience | 21.0 |
PRICE | 27.0 |
CPV Codes
- 48490000 - Procurement software package
Indicators
- Award on basis of price and quality.
Other Information
The contract is awarded on a 4 years with two options to extend of 2 years each. This contract is awarded for 4 years with two options to extend of 2 years each. The contract award value published is the value of the contract for 4 years.
Reference
- OJEU 436668-2021