Section one: Contracting authority
one.1) Name and addresses
National Nuclear Laboratory
National Nuclear Laboratory Limited
Chadwick House, Birchwood Business Park, Warrington, Cheshire
WA3 6AE
Contact
Gill Hale
Country
United Kingdom
NUTS code
UKD61 - Warrington
National registration number
3857752
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://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13442&B=SELLAFIELD
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13442&B=SELLAFIELD
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
Nuclear Decommissioning
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Robotics and Artificial Intelligence (RAI) Dynamic Purchasing System (DPS)
Reference number
NNLC103D
two.1.2) Main CPV code
- 73000000 - Research and development services and related consultancy services
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £10,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.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
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Primarily in the UK
two.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.
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: £10,000,000
two.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
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
12 May 2023
Local time
10:00am
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: 24 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
National Nuclear Laboratory Limited
Chadwick House, Birchwood Park, Warrington
Cheshire
WA3 6AE
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand
London
London
Country
United Kingdom
Internet address
six.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.
six.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
Country
United Kingdom