Tender

Safety Case and Peer Review Services Framework

  • Dounreay Site Restoration Ltd

F02: Contract notice

Notice identifier: 2022/S 000-009362

Procurement identifier (OCID): ocds-h6vhtk-031c63

Published 7 April 2022, 12:12pm



Section one: Contracting authority

one.1) Name and addresses

Dounreay Site Restoration Ltd

D2003, Dounreay, Thurso, Caithness

Thurso

KW14 7TZ

Contact

Declan Gunn

Email

declan.m.gunn@dounreay.com

Telephone

+44 1847802264

Country

United Kingdom

NUTS code

UKM61 - Caithness & Sutherland and Ross & Cromarty

National registration number

SC307493

Internet address(es)

Main address

https://www.gov.uk/government/case-studies/shared-services-alliance-ssa-for-nuclear-decommissioning-estate

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=15630&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=15630&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

Safety Case and Peer Review Services Framework

two.1.2) Main CPV code

  • 71356300 - Technical support services

two.1.3) Type of contract

Services

two.1.4) Short description

DSRL are seeking to establish a Framework Agreement to provide Safety Case and Peer Review Services. It is proposed that the Framework Agreement is split into two Lots, one for Safety Case and one for Peer Review and four Consultants, per Lot, shall be awarded a Framework Agreement. The duration of the Framework Agreement shall be a maximum of 4 years (2+1+1) commencing August 2022 potentially through to July 2026 subject to extension. The estimated cumulative value of contracts that may be awarded through this Framework is £8M. It is anticipated that call-off Contracts will be up to £250k in value. Although the Employer reserves the right to award Contracts in excess of £250k if required.

two.1.5) Estimated total value

Value excluding VAT: £8,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Safety Case and Peer Review Services Framework

Lot No

0

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71356300 - Technical support services

two.2.3) Place of performance

NUTS codes
  • UKM61 - Caithness & Sutherland and Ross & Cromarty

two.2.4) Description of the procurement

DSRL are seeking to establish a Framework Agreement to provide Safety Case and Peer Review Services. It is proposed that the Framework Agreement is split into two Lots, one for Safety Case and one for Peer Review and four Consultants, per Lot, shall be awarded a Framework Agreement.

The duration of the Framework Agreement shall be a maximum of 4 years (2+1+1) commencing August 2022 potentially through to July 2026 subject to extension. The estimated cumulative value of contracts that may be awarded through this Framework is £8M. It is anticipated that call-off Contracts will be up to £250k in value. Although the Employer reserves the right to award Contracts in excess of £250k 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.2.6) Estimated value

Value excluding VAT: £8,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The initial award will be for a period of two years (August 2022 to July 2024). Thereafter, two further one-year extensions can be awarded at the sole discretion of the Employer. Any extension to the initial two-year period will be based upon the continued requirement for the Framework Agreement and the performance of the Consultants.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 8

Objective criteria for choosing the limited number of candidates:

DSRL will select a maximum of 8 Tenderers, per Lot, to participate in the tendering stage of this process

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

two.2.14) Additional information

Dounreay Site Restoration Limited (DSRL) is the site licence company responsible for the clean-up and demolition of Britain’s former centre of fast reactor research and development.

DSRL is a wholly-owned subsidiary of the Nuclear Decommissioning Authority (NDA). It is funded by the NDA to deliver the site closure programme.

two.2) Description

two.2.1) Title

Lot 1 - Safety Case Production Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71356300 - Technical support services

two.2.3) Place of performance

NUTS codes
  • UKM61 - Caithness & Sutherland and Ross & Cromarty
Main site or place of performance

Thurso

two.2.4) Description of the procurement

• Production of Safety Cases in accordance with MAN 2021 Safety Case Manual and SPEC 0070 Safety Case documents. The production of these documents will probably require site visits to the Dounreay site. These documents may include, but are not limited to:

o Licence Condition 15 Reviews

o Preliminary Safety Reports

o Pre-Construction Safety Reports

o Pre-Commissioning Safety Reports

o Pre-Operations Safety Reports

o Dounreay Modification Reports

o Decommissioning Safety Justifications

• Provision of specialist Safety Case Services, in accordance with MAN 2021 Safety Case Manual and SPEC 0070 Safety Case documents. The provision of these services will probably require site visits to the Dounreay site. These documents may include, but are not limited to:

o Human Factors

o Criticality Assessments

o Nuclear Deterministic Fire Risk Assessment

o Engineering Substantiation

o Radiation Shielding Assessments

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: £8,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The initial award will be for a period of two years (August 2022 to July 2024). Thereafter, two further one-year extensions can be awarded at the sole discretion of the Employer. Any extension to the initial two-year period will be based upon the continued requirement for the Framework Agreement and the performance of the Consultants.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 8

Objective criteria for choosing the limited number of candidates:

DSRL will select a maximum of 8 Tenderers, per Lot, to participate in the tendering stage of this process

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

two.2.14) Additional information

Dounreay Site Restoration Limited (DSRL) is the site licence company responsible for the clean-up and demolition of Britain’s former centre of fast reactor research and development.

DSRL is a wholly-owned subsidiary of the Nuclear Decommissioning Authority (NDA). It is funded by the NDA to deliver the site closure programme.

two.2) Description

two.2.1) Title

Lot 2 - Peer Review Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71356300 - Technical support services

two.2.3) Place of performance

NUTS codes
  • UKM61 - Caithness & Sutherland and Ross & Cromarty
Main site or place of performance

Thurso

two.2.4) Description of the procurement

• Perform demonstrably Independent Nuclear Safety Assessments of Safety Cases and other nuclear safety submissions in accordance with PRC 0071 Peer Review of Safety Cases and the Nuclear Industry Good Practice Guide to Peer Review of Safety Cases. This may include, but is not limited to:

o Licence Condition 15 Reviews

o Preliminary Safety Reports

o Pre-Construction Safety Reports

o Pre-Commissioning Safety Reports

o Pre-Operations Safety Reports

• Perform demonstrably independent Peer Reviews or Independent Technical Assessment as required in support of due process for a nuclear safety submission. This may include, but is not limited to:

o Human Factors

o Criticality Assessments

o Nuclear Deterministic Fire Risk Assessments

o Engineering Substantiation

o Radiation Shielding Assessments

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: £8,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The initial award will be for a period of two years (August 2022 to July 2024). Thereafter, two further one-year extensions can be awarded at the sole discretion of the Employer. Any extension to the initial two-year period will be based upon the continued requirement for the Framework Agreement and the performance of the Consultants.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 8

Objective criteria for choosing the limited number of candidates:

DSRL will select a maximum of 8 Tenderers, per Lot, to participate in the tendering stage of this process

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

two.2.14) Additional information

Dounreay Site Restoration Limited (DSRL) is the site licence company responsible for the clean-up and demolition of Britain’s former centre of fast reactor research and development.

DSRL is a wholly-owned subsidiary of the Nuclear Decommissioning Authority (NDA). It is funded by the NDA to deliver the site closure programme.


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

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 8

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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-005575

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

Date

9 May 2022

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

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

London

Country

United Kingdom

Internet address

http://www.justice.gov.uk

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

London

London

Country

United Kingdom

Internet address

http://www.justice.gov.uk

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.

six.4.4) Service from which information about the review procedure may be obtained

Dounreay Site Restoration Limited

Thurso

KW14 7TZ

Country

United Kingdom