Section one: Contracting authority
one.1) Name and addresses
National Nuclear Laboratory
Chadwick House, Birchwood Park, Warrington
Cheshire
WA3 6AE
Country
United Kingdom
NUTS code
UKD61 - Warrington
National registration number
3857752
Internet address(es)
Main address
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=12663&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=12663&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
Cat 1 - Software and Licensing
Reference number
NNLC189
two.1.2) Main CPV code
- 30200000 - Computer equipment and supplies
two.1.3) Type of contract
Supplies
two.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.
two.1.5) Estimated total value
Value excluding VAT: £23,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Category 1 - Software and Licencing
Lot No
1
two.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
two.2.3) Place of performance
NUTS codes
- UKD61 - Warrington
Main site or place of performance
Warrington
two.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.
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: £23,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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.2.13) 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
Please refer to the guidance notes available in CTM
https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13442&B=SELLAFIELD.
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 July 2025
Local time
4:00pm
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: 48 (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 invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand
London
London
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