Contract notice

Information

Published

Expire date: 21/07/2022

External Reference: 2021-412594

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

National Nuclear Laboratory
3857752
Chadwick House, Birchwood Park, Warrington
Cheshire
WA3 6AE
UK
NUTS code:  UKD61 -  Warrington
Internet address(es):
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=12663&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

Cat 1 - Software and Licensing
Reference number:  NNLC189
II.1.2)

Main CPV code

30200000  -  Computer equipment and supplies
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

1. Software & Licensing plus Associated Services RFT 12284
2. Hardware plus associated services RFT 12286
3. Project Delivery RFT 12289
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 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.1.5)

Estimated total value

Value excluding VAT: 23500000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Category 1 - Software and Licencing
Lot No:  1
II.2.2)

Additional CPV code(s)

32250000  -  Mobile telephones
32400000  -  Networks
32500000  -  Telecommunications equipment and supplies
48100000  -  Industry specific software package
48200000  -  Networking, Internet and intranet software package
48300000  -  Document creation, drawing, imaging, scheduling and productivity software package
48400000  -  Business transaction and personal business software package
48500000  -  Communication and multimedia software package
48600000  -  Database and operating software package
48700000  -  Software package utilities
48800000  -  Information systems and servers
48900000  -  Miscellaneous software package and computer systems
50300000  -  Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
51600000  -  Installation services of computers and office equipment
72200000  -  Software programming and consultancy services
72300000  -  Data services
72400000  -  Internet services
72500000  -  Computer-related services
72600000  -  Computer support and consultancy services
72700000  -  Computer network services
72800000  -  Computer audit and testing services
72900000  -  Computer back-up and catalogue conversion services
II.2.3)

Place of performance

NUTS code:  UKD61 -  Warrington
Main site or place of performance:  
Warrington
II.2.4)

Description of the procurement

1. Software & Licensing plus Associated Services RFT 12284
2. Hardware plus associated services RFT 12286
3. Project Delivery RFT 12289
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 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: 23500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
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:  Please refer to the guidance notes available in CTM
https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13442&B=SELLAFIELD.
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 : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  21/07/2025
Local time:  16:00
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 : 48  (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 invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

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