Section one: Contracting authority
one.1) Name and addresses
United Kingdom Atomic Energy Authority
Culham Science Centre
Abingdon
OX14 3DB
Contact
Abigail Woods
Telephone
+44 1235467082
Country
United Kingdom
NUTS code
UKJ14 - Oxfordshire
National registration number
N/A
Internet address(es)
Main address
http://www.gov.uk/government/organisations/uk-atomic-energy-authority
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/72814
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=39433&B=UK
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=39433&B=UK
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
Fusion Research
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Next Generation Digital Twin Design & Build– LongOps Work Package 3.2.3
Reference number
T/PJP163/21
two.1.2) Main CPV code
- 48000000 - Software package and information systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
This PIN signals UKAEA’s intent to procure designs and prototypes for a Next-Generation DMU. The phrase “Next-Generation” is used to distinguish this conceptual system from the current generation of available systems but does not at this stage imply any specific extension of functionality. UKAEA has carried out an initial requirements-gathering phase. However, some of these requirements have been captured based on early assumptions about use cases or end user needs which are not expected to be final.
For the avoidance of doubt: UKAEA is not interested in procuring a bespoke DMU system coupled to any one use-case. The aim is to develop the basis of a generic platform that can be iterated, extended, and repurposed for years to come. This is what is referred to as the NG-DMU.
two.1.5) Estimated total value
Value excluding VAT: £600,000
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
- 72230000 - Custom software development services
- 72262000 - Software development services
- 73000000 - Research and development services and related consultancy services
two.2.3) Place of performance
NUTS codes
- UKJ14 - Oxfordshire
Main site or place of performance
Culham
two.2.4) Description of the procurement
This PIN signals UKAEA’s intent to procure designs and prototypes for a Next-Generation DMU. The phrase “Next-Generation” is used to distinguish this conceptual system from the current generation of available systems but does not at this stage imply any specific extension of functionality. UKAEA has carried out an initial requirements-gathering phase. However, some of these requirements have been captured based on early assumptions about use cases or end user needs which are not expected to be final.
The aim of this procurement is to start addressing some of the goals through research & development. UKAEA is not intending to deliver a fully featured, production-grade system to all end users by the end of this project. Instead, the aim is to start mitigating these challenges in collaboration with industry, to strengthen the supply chain and ultimately lay the groundwork for these long-term use cases. The key purpose of these prototypes will be for UKAEA and other partners in the LongOps programme to learn more about these challenges, and how well this technology can be applied to the different LongOps use cases.
For the avoidance of doubt: UKAEA is not interested in procuring a bespoke DMU system coupled to any one use-case. The aim is to develop the basis of a generic platform that can be iterated, extended, and repurposed for years to come. This is what is referred to as the NG-DMU.
It is expected that individual components of the NG-DMU will already be available as COTS products. The use of those products is encouraged where appropriate, but some level of integration with other parts of the system, external systems, or data sources is expected to be necessary. The design and implementation of that integration, in a manner that allows future extension or replacement of components, is a key focus of the project
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: £600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
15 November 2021
End date
18 February 2024
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.3) Estimated date of publication of contract notice
1 October 2021
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
Refer to Procurement Documents for information.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Refer to Procurement Documents for information.
Minimum level(s) of standards possibly required
Refer to Procurement Documents for information.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Refer to Procurement Documents for information.
Minimum level(s) of standards possibly required
Refer to Procurement Documents for information.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Refer to Procurement Documents for information.
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
UK Atomic Energy Authority
Culham Science Centre
Abingdon
OX14 3DB
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/uk-atomic-energy-authority
six.4.2) Body responsible for mediation procedures
UK Atomic Energy Authority
Culham Science Centre
Abingdon
OX14 3DB
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/uk-atomic-energy-authority
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
The authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers.
This period allows unsuccessful tenderers to seek further debriefing from the authority before a contract is entered into applicants have 2 working days from the notification of the award decision to request. Additional debriefing and that information have to be provided within a minimum of 3 working days before the expiry of the standstill period. Such additional information should be sought from the contact named in this notice.
If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2015 (SI 2015 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
Any such action must be brought promptly.
(generally within 3 months).
six.4.4) Service from which information about the review procedure may be obtained
UK Atomic Energy Authority
Culham Science Centre
Abingdon
OX14 3DB
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/uk-atomic-energy-authority