Opportunity

UKRI-1249 NQCC WP20 Algorithm Study for NISQ Systems Achieving Quantum Advantage

  • UK Research & Innovation

F02: Contract notice

Notice reference: 2021/S 000-021920

Published 3 September 2021, 4:15pm



Section one: Contracting authority

one.1) Name and addresses

UK Research & Innovation

https://www.ukri.org/, Rutherford Appleton Laboratory, Harwell

Swindon

SN2 1FL

Email

Elizabeth.Gage@ukri.org

Telephone

+44 1235446553

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.ukri.org/

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 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-1249 NQCC WP20 Algorithm Study for NISQ Systems Achieving Quantum Advantage

Reference number

UKRI-1249

two.1.2) Main CPV code

  • 71241000 - Feasibility study, advisory service, analysis

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.

two.1.5) Estimated total value

Value excluding VAT: £80,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

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 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;

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

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

two.2.14) Additional information

To respond to this opportunity please click here: https://ukri.delta-esourcing.com/respond/ARW42M532X


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open 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

12 October 2021

Local time

11:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

12 October 2021

Local time

12:00pm


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:

https://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Feasibility-study%2C-advisory-service%2C-analysis./ARW42M532X

To respond to this opportunity, please click here:

https://ukri.delta-esourcing.com/respond/ARW42M532X

GO Reference: GO-202193-PRO-18850610

six.4) Procedures for review

six.4.1) Review body

UK Research and Innovation

Polaris House

Swindon

SN2 1FL

Country

United Kingdom