Tender

Provision of TYPE 1 RH CONTAINERS

  • United Kingdom Atomic Energy Authority

F02: Contract notice

Notice identifier: 2023/S 000-005674

Procurement identifier (OCID): ocds-h6vhtk-03ac19

Published 27 February 2023, 12:24pm



Section one: Contracting authority

one.1) Name and addresses

United Kingdom Atomic Energy Authority

Culham Science Centre

Abingdon

OX14 3DB

Contact

Matt Burton

Email

matt.burton@ukaea.uk

Telephone

+44 1235467082

Country

United Kingdom

Region 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=60513&B=UKAEA

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=60513&B=UKAEA

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

Provision of TYPE 1 RH CONTAINERS

Reference number

T/MJB002/23

two.1.2) Main CPV code

  • 42410000 - Lifting and handling equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

JET has historically used ISO containers for the transfer of RH equipment and activated components / assemblies between the JET vessel and other facilities. These containers have been modified with specific features to provide additional radiation shielding, ventilation, and have locating features to enable accurate, repeatable positioning on stillages. The containers are capable of being lifted by overhead cranes and are attached to facilities through a double lidded door docking system that allows a transfer of material between areas under controlled and contained conditions. This requirement is for the supply of engineering and manufacturing services.

two.1.5) Estimated total value

Value excluding VAT: £200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 42418940 - Container-handling equipment
  • 45255400 - Fabrication work
  • 71323000 - Engineering-design services for industrial process and production

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
  • UKJ - South East (England)
  • UK - United Kingdom

two.2.4) Description of the procurement

JET has historically used ISO containers for the transfer of RH equipment and activated components / assemblies between the JET vessel and other facilities. These containers have been modified with specific features to provide additional radiation shielding, ventilation, and have locating features to enable accurate, repeatable positioning on stillages. The containers are capable of being lifted by overhead cranes and are attached to facilities through a double lidded door docking system that allows a transfer of material between areas under controlled and contained conditions.

This requirement is for the supply of engineering and manufacturing services which have been separated into parts A) and B):

A) To prepare the requirements, engineering analysis, calculations, and design of enhancements to ISO containers so they can be used for an increased scope of activities during JET decommissioning.

B) To prepare the requirements, engineering analysis, calculations, and design of the boom addition transport stillage.

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: £200,000

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

Start date

19 May 2023

End date

21 August 2023

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: Yes

Description of options

NEC 4 Supply Contract Option X21 Whole Life Cost.

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.1.1) 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

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

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.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

13 April 2023

Local time

12:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 27 May 2023

four.2.7) Conditions for opening of tenders

Date

13 April 2023

Local time

12:00pm


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

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