Contract notice

Information

Published

Expire date: 26/10/2021

External Reference: 2021-421318

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

National Nuclear Laboratory
3857752
5th Floor, Chadwick House, Birchwood Park
Warrington
WA3 6AE
UK
Contact person: Ruth Oladele-Coker
Telephone: +44 1925933805
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=14037&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

Integrated Asset Management Delivery Partner
Reference number:  NNLC289
II.1.2)

Main CPV code

72220000  -  Systems and technical consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

NNL are undertaking a work Programme that will support, automate, and optimise all aspects of NNL’s Asset Care activities, Laboratory Management and Planning and Scheduling capabilities in an integrated enterprise wide approach. It is envisaged that this Programme will consist of two phases.
NNL have a requirement for Delivery Service Partner to work alongside NNL to facilitate, specify, and control an ‘Integrated Asset Solution’.
The first phase for the current Financial Year (FY) 2021-2022 (ending in March 2022) will require the existing target operating model (TOM), to be road mapped and documented before the design and implementation planning stage.
The second phase for the next Financial Year (FY) 2022-2023 will focus on the implementation of these processes and the technology stack that will support them depending upon the outcome of Phase 1 .
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

72212331  -  Project management software development services
72220000  -  Systems and technical consultancy services
72221000  -  Business analysis consultancy services
72222100  -  Information systems or technology strategic review services
72224000  -  Project management consultancy services
79400000  -  Business and management consultancy and related services
79410000  -  Business and management consultancy services
79411100  -  Business development consultancy services
79415200  -  Design consultancy services
79418000  -  Procurement consultancy services
II.2.3)

Place of performance

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

Description of the procurement

NNL are undertaking a work Programme that will support, automate, and optimise all aspects of NNL’s Asset Care activities, Laboratory Management and Planning and Scheduling capabilities in an integrated enterprise wide approach. It is envisaged that this Programme will consist of two phases.
NNL have a requirement for Delivery Service Partner to work alongside NNL to facilitate, specify, and control an ‘Integrated Asset Solution’.
The first phase for the current Financial Year (FY) 2021-2022 (ending in March 2022) will require the existing target operating model, to be road mapped and documented before the design and implementation planning stage.
The second phase for the next Financial Year (FY) 2022-2023 will focus on the implementation of these processes and the technology stack that will support them depending upon the outcome of Phase 1 .
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 30/11/2021  /  End: 31/03/2022
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.1.2)

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

Open procedure
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:  22/10/2021
Local time:  17:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  22/10/2021
Local time:  17:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

NNl(National Nuclear Laboratory)
5th Floor, Chadwick House, Birchwood Park
Warrington
WA3 6AE
UK
Telephone: +44 1925933805

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.