{
    "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"
}