Section one: Contracting authority
one.1) Name and addresses
National Nuclear Laboratory
5th Floor, Chadwick House, Birchwood Park
Warrington
WA3 6AE
Contact
Ruth Oladele-Coker
Telephone
+44 1925933805
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=14037&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=14037&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
Integrated Asset Management Delivery Partner
Reference number
NNLC289
two.1.2) Main CPV code
- 72220000 - Systems and technical consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
NNL are undertaking a work Programme that will support, automate, and optimise all aspects of NNL’s Asset Care activities, Laboratory Management and Planning and Scheduling capabilities in an integrated enterprise wide approach. It is envisaged that this Programme will consist of two phases.
NNL have a requirement for Delivery Service Partner to work alongside NNL to facilitate, specify, and control an ‘Integrated Asset Solution’.
The first phase for the current Financial Year (FY) 2021-2022 (ending in March 2022) will require the existing target operating model (TOM), to be road mapped and documented before the design and implementation planning stage.
The second phase for the next Financial Year (FY) 2022-2023 will focus on the implementation of these processes and the technology stack that will support them depending upon the outcome of Phase 1 .
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72212331 - Project management software development services
- 72220000 - Systems and technical consultancy services
- 72221000 - Business analysis consultancy services
- 72222100 - Information systems or technology strategic review services
- 72224000 - Project management consultancy services
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79411100 - Business development consultancy services
- 79415200 - Design consultancy services
- 79418000 - Procurement consultancy services
two.2.3) Place of performance
NUTS codes
- UKD61 - Warrington
- UK - United Kingdom
Main site or place of performance
Warrington
two.2.4) Description of the procurement
NNL are undertaking a work Programme that will support, automate, and optimise all aspects of NNL’s Asset Care activities, Laboratory Management and Planning and Scheduling capabilities in an integrated enterprise wide approach. It is envisaged that this Programme will consist of two phases.
NNL have a requirement for Delivery Service Partner to work alongside NNL to facilitate, specify, and control an ‘Integrated Asset Solution’.
The first phase for the current Financial Year (FY) 2021-2022 (ending in March 2022) will require the existing target operating model, to be road mapped and documented before the design and implementation planning stage.
The second phase for the next Financial Year (FY) 2022-2023 will focus on the implementation of these processes and the technology stack that will support them depending upon the outcome of Phase 1 .
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
Start date
30 November 2021
End date
31 March 2022
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.1.2) 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
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
22 October 2021
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
22 October 2021
Local time
5:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
NNl(National Nuclear Laboratory)
5th Floor, Chadwick House, Birchwood Park
Warrington
WA3 6AE
Telephone
+44 1925933805
Country
United Kingdom
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.