Contract notice

Information

Published

Expire date: 12/04/2023

External Reference: 2021-436921

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

National Nuclear Laboratory
3857752
National Nuclear Laboratory Limited
Chadwick House, Birchwood Business Park, Warrington, Cheshire
WA3 6AE
UK
Contact person: Gill Hale
NUTS code:  UKD61 -  Warrington
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13442&B=SELLAFIELD
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
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

Robotics and Artificial Intelligence (RAI) Dynamic Purchasing System (DPS)
Reference number:  NNLC103D
II.1.2)

Main CPV code

73000000  -  Research and development services and related consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

National Nuclear Laboratory (NNL) intends on establishing a DPS route to market for the service and supply of Robotics and Artificial Intelligence (RAI) requirements across 15 categories.
II.1.5)

Estimated total value

Value excluding VAT: 10000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

09000000  -  Petroleum products, fuel, electricity and other sources of energy
09300000  -  Electricity, heating, solar and nuclear energy
30100000  -  Office machinery, equipment and supplies except computers, printers and furniture
30200000  -  Computer equipment and supplies
31000000  -  Electrical machinery, apparatus, equipment and consumables; lighting
32000000  -  Radio, television, communication, telecommunication and related equipment
33000000  -  Medical equipments, pharmaceuticals and personal care products
34000000  -  Transport equipment and auxiliary products to transportation
35000000  -  Security, fire-fighting, police and defence equipment
37000000  -  Musical instruments, sport goods, games, toys, handicraft, art materials and accessories
38000000  -  Laboratory, optical and precision equipments (excl. glasses)
39000000  -  Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
42000000  -  Industrial machinery
43000000  -  Machinery for mining, quarrying, construction equipment
44000000  -  Construction structures and materials; auxiliary products to construction (except electric apparatus)
48000000  -  Software package and information systems
50000000  -  Repair and maintenance services
71000000  -  Architectural, construction, engineering and inspection services
72000000  -  IT services: consulting, software development, Internet and support
73000000  -  Research and development services and related consultancy services
79300000  -  Market and economic research; polling and statistics
80000000  -  Education and training services
90000000  -  Sewage, refuse, cleaning and environmental services
92000000  -  Recreational, cultural and sporting services
24000000  -  Chemical products
22000000  -  Printed matter and related products
16000000  -  Agricultural machinery
14000000  -  Mining, basic metals and related products
60000000  -  Transport services (excl. Waste transport)
64000000  -  Postal and telecommunications services
65000000  -  Public utilities
76000000  -  Services related to the oil and gas industry
77000000  -  Agricultural, forestry, horticultural, aquacultural and apicultural services
79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Primarily in the UK
II.2.4)

Description of the procurement

1. Robot (System) Simulation / Virtual Reality / Augmented Reality – RFT 13063
2. Robot Automated and Autonomous Solutions Providers – RFT 13064
3. Robot Manipulators, robot Arms – RFT 13065
4. Sensors - Characterisation e.g. Specialist Cameras – RFT 13066
5. Robot End Effectors - 13067
6. Lasers and Optics - including Power, Chiller, and Control Systems – RFT 13068
7. Robot System Integrator – RFT 13069
8. Training Providers – RFT 13070
9. AI - Software Developers, EC&I, HMI Interfaces – RFT 13071
10. Mobile Robotics - Ground Based – RFT 13072
11. Mobile Robotics - Water - RFT 13073
12. Mobile Robotics - Air – RFT 13075
13. CE Marking Provision - RFT 13076
14. Generic Robotic In-Cell Furniture – RFT 13077
15. Robot Control – RFT 13078
Suppliers can apply for pre-qualification against one or more categories to
gain access to award stage work packages. Please note that pre-qualification
remains open and live for the duration of the DPS, therefore a pre-qualification
response can be submitted at any time following this publication.
NNL has already built a robotics infrastructure and network and has experience of providing world class research and development outputs, the impact of NNL’s research and expert consultancy activities has been recognised across the nuclear industry. This has led to NNL being ideally placed to pioneer the next generation of tools and processes to support RAI.
NNL considers that this opportunity may be suitable for economic operators that are Small or Medium Enterprises (SME’s).
Note that the value provided in Section II.1.5) is only an estimate and no
guarantee of value or volume of work through the DPS can be offered.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 10000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
The option to extend by 1 + 1 years
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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  List and brief description of conditions: Candidates will be assessed on their
response to the selection criteria in their request to participate for a place on the
RAI DPS
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of 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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  12/05/2023
Local time:  10:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 24  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

National Nuclear Laboratory Limited
Chadwick House, Birchwood Park, Warrington
Cheshire
WA3 6AE
UK
Internet address: http://www.nnl.co.uk

VI.4.2)

Body responsible for mediation procedures

Royal Courts of Justice
Strand
London
London
UK
Internet address: http://www.justice.gov.uk

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 will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.
VI.4.4)

Service from which information about the review procedure may be obtained

National Nuclear Laboratory Limited
Chadwick House, Birchwood Park, Warrington
Cheshire
WA3 6AE
UK
Internet address: http://www.nnl.co.uk