Contract notice
Section I: Contracting
authority
I.1) Name and addresses
National Nuclear Laboratory
3857752
Chadwick House, Birchwood Park, Warrington
Cheshire
WA3 6AE
UK
E-mail: nnl.procurement@uknnl.com
NUTS: UKD61
Internet address(es)
Main address: https://www.gov.uk/government/case-studies/shared-services-alliance-ssa-for-nuclear-decommissioning-estate
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 sent electronically to:
https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=12663&B=SELLAFIELD
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: 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
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:
23 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Category 1 - Software and Licencing
II.2.2) Additional CPV code(s)
32250000
32400000
32500000
48100000
48200000
48300000
48400000
48500000
48600000
48700000
48800000
48900000
50300000
51600000
72200000
72300000
72400000
72500000
72600000
72700000
72800000
72900000
II.2.3) Place of performance
NUTS code:
UKD61
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:
23 500 000.00
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.2.9) Information about the limits on the number of candidates to be invited
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 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
EN
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(es)
URL: http://www.justice.gov.uk
VI.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand
London
London
UK
Internet address(es)
URL: 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
E-mail: nnl.procurement@uknnl.com
Internet address(es)
URL: http://www.nnl.co.uk
VI.5) Date of dispatch of this notice
22/07/2021