
Market Leads & Opportunities
United Kingdom-Cumbria: COMMERCIAL SYSTEMS PROCUREMENT – LOT A: SOURCE-TO-CONTRACT SYSTEM
Type of document: Contract Awards
Country: United Kingdom
OJEU Ref: (2021/S 166-436668/EN)
Nature of contract: Supply contract
Type of bid required: Not applicable
Contract award notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: Nuclear Decommissioning Authority
National registration number: 01002607
Postal address: Herdus House Westlakes Science and Technology Park Moor Row
Town: Cumbria
Postal code: CA24 3HU
Country: United Kingdom
Email: CommercialSystemsProcurement@nda.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:
The contract is awarded by central purchasing body
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity: Nuclear Decommissioning
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: COMMERCIAL SYSTEMS PROCUREMENT – LOT A: SOURCE-TO-CONTRACT SYSTEM
Reference number: NDA9/00756
II.1.2) Main CPV code: 48490000
II.1.3) Type of contract Supplies
II.1.4) Short 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.
II.1.6) Information about lots:
The contract is divided into lots: no
II.1.7) Total value of the procurement(excluding VAT)
Value:3446423.00
Currency:GBP
II.2) Description
II.2.2)Additional CPV code(s)
Main CPV code: 48490000
II.2.3) Place of performance
Nuts code: UK
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 “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.
II.2.5)Award criteria
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: The contract is awarded on a 4 years with two options to extend of 2 years each.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.3) Information about a framework agreement or a dynamic purchasing system
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2020/S 208-509128
Section V: Award of contract
Contract No: NDA9/00756
Title: Commercial Systems Procurement – Source-to-Contract System
A contract/lot is awarded yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2021-07-26
V.2.2) Information about tenders
Number of tenders received:2
Number of tenders received from SMEs:1
Number of tenders received from other EU Member States:0
Number of tenders received from non-EU Member States:0
Number of tenders received by electronic means:2
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor
Official name: Atamis Limited
National registration number: 06998952
Postal address: Southgate House, Wood Street
Town: Cardiff
Postal code: CF10 1EW
Country: United Kingdom
Email: info@Atamis.co.uk
Nuts code: UK
Internet address:
The contractor is an SME yes
V.2.4) Information on value of the contract/lot(excluding VAT)
Initial estimated total value of the contract/lot: 3446423.00
Total value of the contract/lot: 3446423.00
Currency: GBP
Section VI: Complementary information
VI.3) Additional information:
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.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Royal Courts of Justice
Postal address: Strand
Town: London
Postal code: London
Country: United Kingdom
Internet address:
VI.4.2) Body responsible for mediation procedures
Official name: Royal Courts of Justice
Postal address: Strand
Town: London
Postal code: London
Country: United Kingdom
Internet address:
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
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 incorporated a minimum 10 calendar day standstill period from the date information on award of contract was communicated to tenderers.
VI.5) Date of dispatch of this notice:
2021-08-23
More Opportunties
- United Kingdom-Belfast: Infant Formula and Teat Units
8 Aug 25
Business Services Organisation (BSO), Procurement and Logistics Service (PaLS) seeks through this tender opportunity to appoint suppliers for the supply and delivery of Infant Formula and Teat Units to Health and Social Care Northern Ireland (HSCNI).> > - General Purpose Ultrasonic Scanning Systems- Exporting Opportunity
8 Aug 25
Opportunity type Public Sector Industry Healthcare services A tender has been issued for the supply and installation of 2 sets of general purpose ultrasonic scanning systems You must be able to: supply and install 2 complete sets of brand new general purp> > - United Kingdom-Coventry: Design and Supply of Two Sludge Drying Units
8 Aug 25
Design and supply of two sludge drying units for deployment at two sites for STW.> >