Section one: Contracting authority
one.1) Name and addresses
UK Research & Innovation
Polaris House, Rutherford Appleton Laboratory, Harwell
Swindon
SN2 1FL
Contact
Elizabeth Gage
Telephone
+44 1235446553
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://ukri.delta-esourcing.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://ukri.delta-esourcing.com/
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Research
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
UKRI-1248 NQCC WP19 A Practical Benchmarking Suite for Quantum Processoers
Reference number
UKRI-1248
two.1.2) Main CPV code
- 72200000 - Software programming and consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The National Quantum Computing Centre has an objective to deliver an early-stage quantum computer (Noisy Intermediate Scale Quantum, NISQ machine) that can outperform conventional computing for a range of tasks, by 2025. In order to achieve this medium-term goal, the NQCC has developed a technology roadmap, and has identified a series of technical work packages (WPs) that are suitable for delivery by external contractors. These WPs focus on the delivery of technology solutions according to a set of required technical performance specifications, for both hardware and software, related to quantum computing. This tender relates to WP19 - Practical benchmarking suite.
two.1.5) Estimated total value
Value excluding VAT: £200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
The expected outcome for the project is the delivery of a technology solution that meets the technical specifications and cost criteria, accompanied by: (a)the disclosure of any foreground intellectual property resulting from the project; (b)the provision of technical reports documenting:
(i)The methodology, key results / outputs and outcomes;
(ii)A detailed description of the technology solution(s) being delivered, including designs, drawings, a bill of materials and/or software code, as applicable;
(iii)Evidence of how the specifications have been met.
Reports should provide sufficient detail that an expert in the art, using the same resources, equipment and materials, could verifiably reproduce the results if required; The conditions for delivery are stated in the technical specification for the WP below and involve the delivery of the system, as described, to the NQCC.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
To respond to this opportunity please click here: https://ukri.delta-esourcing.com/respond/WJ6R3838PM
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 April 2021
Local time
11:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/WJ6R3838PM
GO Reference: GO-2021326-PRO-17992291
six.4) Procedures for review
six.4.1) Review body
UK Research and Innovation
Polaris House
Swindon
SN2 2FP
Country
United Kingdom