Planning

ICT Infrastructure & Application Management Services

SELLAFIELD LIMITED

This public procurement record has 3 releases in its history.

PlanningUpdate

02 Mar 2026 at 08:35

PlanningUpdate

26 Feb 2026 at 08:55

Planning

30 Sep 2025 at 14:37

Summary of the contracting process

Sellafield Limited is initiating a procurement process for "ICT Infrastructure & Application Management Services" under the Technology Services 4 (TS4) Framework Agreement. The competition is set to commence in late May 2026, with the procurement currently in the planning stage. The services fall under the information technology category, focusing on supporting on-premise server and infrastructure, data centres, and application management. Locations of service delivery include Warrington and Corsham in the United Kingdom. The contract will span a duration from April 2027 to April 2034, with a revised estimated value of £76.1 million.

This procurement presents significant opportunities for businesses that specialise in ICT infrastructure and application management services, particularly those capable of handling complex data centre environments and a broad application portfolio. Companies that are part of the TS4 framework, specifically those in Lots 4 and 5, are well-suited to compete. The focus on reducing duplication and streamlining service delivery can catalyse business growth for suppliers who can offer innovative solutions to enhance service maturity and manage application and infrastructure efficiently. Small and medium-sized enterprises, being explicitly mentioned for suitability, have a lucrative opportunity to grow their market presence through this contract.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

ICT Infrastructure & Application Management Services

Notice Description

Sellafield Ltd plans to call for competition for ICT Infrastructure & Application Management Services (IAMS) under the Technology Services 4 (TS4) Framework Agreement (RM6190). The call for competition is now anticipated to commence in late May 2026. Participation in the Invitation to Tender (ITT) will be restricted to suppliers appointed to both: * TS4 Lot 4 - Infrastructure Management * TS4 Lot 5 - Applications & Data Management Scope: * Support of all on-premise server & infrastructure and operating systems, including management of supporting tools. * Support of 5 Data Centres including Sellafield Main Site (3), Risley (Warrington UK) and Crown Hosting (Corsham) locations. * IaaS and PaaS infrastructure management using HPe and Dell VXRail technologies. * Build management service across multiple operating systems. * Control and management of the storage provisioning service, including backup and restore and cross data centre replication. * Application support (incident management and change requests), and application maintenance including the delivery of routine application patching and upgrades. * On-premises application portfolio varies in business importance, complexity, support requirements, and technology (SQL and Oracle). * Initially a total of 118 applications in scope including SAP Enterprise Resource Planning (ERP), reducing over the term. Volumetrics include some NDA group requirements. * SAP ERP is classed as a single business application within the 118 number above. SAP comprises 19 products/components, as well as HANA and ASE database support. We will move to a new ERP cloud solution by December 2030 which is out of the scope of this contract. * Applications within with the Sellafield Ltd Microsoft Azure environment are managed by an internal cloud operations capability and excluded from contract scope. Note: This notice replaces the prior UK2 notice issued on 30/09/2025. The previously stated two Lot structure and contracting approach has been revised. The requirement will now be delivered through one single contract covering both applications and infrastructure scope, without Lots. This consolidated approach streamlines delivery, reduces duplication, and results in a revised estimated contract value of PS76.1m. Update 02/03/2026: The contract duration has been updated to 7 years (revised from the previously stated 5 + 2 years).

Planning Information

No further formal Pre-Market Engagement will take place, other than advance issuance of the draft Scope and specific Sellafield Ltd T&Cs which will form the basis of the competition planned to commence late May 2026. Release will be constrained to suppliers who have successfully been approved on both relevant TS4 Lots by CCS and not via any open market process.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05a523
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/018199-2026
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK2 - Preliminary Market Engagement Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

72222300 - Information technology services

Notice Value(s)

Tender Value
£76,100,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Mar 20261 months ago
Submission Deadline
Not specified
Future Notice Date
22 May 20264 weeks to go
Award Date
Not specified
Contract Period
18 Apr 2027 - 18 Apr 2034 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Planning
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
SELLAFIELD LIMITED
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
WARRINGTON
Postcode
WA3 6GR
Post Town
Warrington
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD6 Cheshire
Small Region (ITL 3)
TLD61 Warrington
Delivery Location
TLD11 West Cumbria, TLD61 Warrington

Local Authority
Warrington
Electoral Ward
Birchwood
Westminster Constituency
Warrington North

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-05a523-2026-03-02T08:35:44Z",
    "date": "2026-03-02T08:35:44Z",
    "ocid": "ocds-h6vhtk-05a523",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PWYP-8439-MZWY",
            "name": "Sellafield Limited",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PWYP-8439-MZWY"
            },
            "address": {
                "streetAddress": "Hinton House, Birchwood Park Avenue",
                "locality": "Warrington",
                "postalCode": "WA3 6GR",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD61"
            },
            "contactPoint": {
                "name": "Andy Twiss",
                "email": "andrew.twiss@sellafieldsites.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/sellafield-ltd",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PWYP-8439-MZWY",
        "name": "Sellafield Limited"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "No further formal Pre-Market Engagement will take place, other than advance issuance of the draft Scope and specific Sellafield Ltd T&Cs which will form the basis of the competition planned to commence late May 2026. Release will be constrained to suppliers who have successfully been approved on both relevant TS4 Lots by CCS and not via any open market process.",
                "dueDate": "2025-10-31T23:59:59Z",
                "status": "met",
                "dateMet": "2025-10-31T00:00:00Z"
            }
        ],
        "documents": [
            {
                "id": "060974-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/060974-2025",
                "datePublished": "2025-09-30T15:37:29+01:00",
                "format": "text/html"
            },
            {
                "id": "017143-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/017143-2026",
                "datePublished": "2026-02-26T08:55:48Z",
                "format": "text/html"
            },
            {
                "id": "018199-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/018199-2026",
                "datePublished": "2026-03-02T08:35:44Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "C11028",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "ICT Infrastructure & Application Management Services",
        "description": "Sellafield Ltd plans to call for competition for ICT Infrastructure & Application Management Services (IAMS) under the Technology Services 4 (TS4) Framework Agreement (RM6190). The call for competition is now anticipated to commence in late May 2026. Participation in the Invitation to Tender (ITT) will be restricted to suppliers appointed to both: * TS4 Lot 4 - Infrastructure Management * TS4 Lot 5 - Applications & Data Management Scope: * Support of all on-premise server & infrastructure and operating systems, including management of supporting tools. * Support of 5 Data Centres including Sellafield Main Site (3), Risley (Warrington UK) and Crown Hosting (Corsham) locations. * IaaS and PaaS infrastructure management using HPe and Dell VXRail technologies. * Build management service across multiple operating systems. * Control and management of the storage provisioning service, including backup and restore and cross data centre replication. * Application support (incident management and change requests), and application maintenance including the delivery of routine application patching and upgrades. * On-premises application portfolio varies in business importance, complexity, support requirements, and technology (SQL and Oracle). * Initially a total of 118 applications in scope including SAP Enterprise Resource Planning (ERP), reducing over the term. Volumetrics include some NDA group requirements. * SAP ERP is classed as a single business application within the 118 number above. SAP comprises 19 products/components, as well as HANA and ASE database support. We will move to a new ERP cloud solution by December 2030 which is out of the scope of this contract. * Applications within with the Sellafield Ltd Microsoft Azure environment are managed by an internal cloud operations capability and excluded from contract scope. Note: This notice replaces the prior UK2 notice issued on 30/09/2025. The previously stated two Lot structure and contracting approach has been revised. The requirement will now be delivered through one single contract covering both applications and infrastructure scope, without Lots. This consolidated approach streamlines delivery, reduces duplication, and results in a revised estimated contract value of PS76.1m. Update 02/03/2026: The contract duration has been updated to 7 years (revised from the previously stated 5 + 2 years).",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72222300",
                        "description": "Information technology services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD61",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD11",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD61",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD11",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD61",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD11",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 91320000,
            "amount": 76100000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-04-19T00:00:00+01:00",
                    "endDate": "2034-04-18T23:59:59+01:00",
                    "maxExtentDate": "2034-04-18T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "planning"
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-05-22T23:59:59+01:00"
        },
        "status": "planning",
        "amendments": [
            {
                "id": "017143-2026",
                "description": "This notice replaces the UK2 notice issued on 30/09/2026. The previously stated two Lot structure and contracting approach has been revised. The requirement will now be delivered through one single contract covering both applications and infrastructure scope, without Lots. This consolidated approach streamlines delivery, reduces duplication, and results in a revised estimated contract value of PS76.1m."
            },
            {
                "id": "018199-2026",
                "description": "This notice replaces the prior UK2 notice issued on 30/09/2025. The previously stated two Lot structure and contracting approach has been revised. The requirement will now be delivered through one single contract covering both applications and infrastructure scope, without Lots. This consolidated approach streamlines delivery, reduces duplication, and results in a revised estimated contract value of PS76.1m. The contract duration has also been updated to 7 years (revised from the previously stated 5 + 2 years)."
            }
        ]
    },
    "language": "en"
}