Opportunity

Provision of a Technical Services Framework for the Office for Nuclear Regulation

  • OFFICE FOR NUCLEAR REGULATION

F02: Contract notice

Notice reference: 2022/S 000-012280

Published 11 May 2022, 3:28pm



Section one: Contracting authority

one.1) Name and addresses

OFFICE FOR NUCLEAR REGULATION

Building 4 Redgrave Court

BOOTLE

L207HS

Contact

Gary Owens

Email

gary.owens@onr.gov.uk

Telephone

+44 2030280795

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.onr.org.uk

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://onr.delta-esourcing.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://onr.delta-esourcing.com/

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 Regulation


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of a Technical Services Framework for the Office for Nuclear Regulation

Reference number

ONR/T850

two.1.2) Main CPV code

  • 71356000 - Technical services

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of a framework of Specialist Service Providers to the Office for Nuclear Regulation across 3 Lots for :

- Lot 1 : Reactor Core Physics and Fault Studies

- Lot 2 : Civil Engineering and External Hazards

- Lot 3 : Specialist Engineering and Technical Services within the disciplines of :

1. Chemistry

2. Control and Instrumentation

3. Criticality

4. Electrical Engineering

5. Fuel Design

6. Mechanical Engineering

7. Human Factors

8. Internal Hazards

9. Leadership and Management for Safety, Supply Chain and Quality

10. Probabilistic Safety Analysis

11. Radiological Protection and Emergency Planning and Response

12. Radioactive Waste Management and Decommissioning

13. Structural Integrity

14. Protective Security

15. Cyber Security

16. Safeguards

17. Other Engineering and Technical Services as may be required to assist in delivery of ONR regulatory duties.

two.1.5) Estimated total value

Value excluding VAT: £18,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Reactor Core Physics and Fault Studies

Lot No

1

two.2.2) Additional CPV code(s)

  • 71356000 - Technical services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This is a two stage procurement which will select a maximum of the five highest ranking bids received, following evaluation of a Selection Questionnaire, to be invited to the Invitation to Tender stage of the procurement process.

The scope of technical services required in Lot 1 covers the safety analysis of existing and future nuclear facilities on matters such as reactor core physics, thermal hydraulics, heat transfer and a wide range of other physical phenomena under steady state, transient and fault conditions including severe accident conditions. The work will include but not be limited to reviewing the fault analysis sections of nuclear facilities safety case documents against the expectations of the ONR guidance such as the Safety Assessment Principles (SAPs), Technical Assessment Guides (TAGs) and other international guidance such as the IAEA safety standards

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

Duration in months

48

This contract is subject to renewal

No

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

Envisaged minimum number: 1

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

As noted in the Evaluation Criteria documentation.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Civil Engineering and External Hazrads

Lot No

2

two.2.2) Additional CPV code(s)

  • 71356000 - Technical services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This is a two stage procurement which will select a maximum of the five highest ranking bids received, following evaluation of a Selection Questionnaire, to be invited to the Invitation to Tender stage of the procurement process.

The scope of technical services required in Lot 2 will include service provision performed through a number of specialist contractors across the technical disciplines of Civil Engineering and External Hazards.

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

Duration in months

48

This contract is subject to renewal

No

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

Envisaged minimum number: 1

Maximum number: 6

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Specialist Engineering and Technical Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 71356000 - Technical services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This is a two stage procurement which will select a maximum of the six highest ranking bids received, following evaluation of a Selection Questionnaire, to be invited to the Invitation to Tender stage of the procurement process.

The scope of technical services required in Lot 3 will cover Specialist Engineering and Technical Services and will include service provision performed through a number of specialist contractors across a range of technical disciplines as follows:

1. Chemistry

2. Control and Instrumentation

3. Criticality

4. Electrical Engineering

5. Fuel Design

6. Mechanical Engineering

7. Human Factors

8. Internal Hazards

9. Leadership and Management for Safety, Supply Chain and Quality

10. Probabilistic Safety Analysis

11. Radiological Protection and Emergency Planning and Response

12. Radioactive Waste Management and Decommissioning

13. Structural Integrity

14. Protective Security

15. Cyber Security

16. Safeguards

17. Other Engineering and Technical Services as may be required to assist in delivery of ONR regulatory duties.

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

Duration in months

48

This contract is subject to renewal

No

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

Envisaged minimum number: 1

Maximum number: 6

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: 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


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

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

14 June 2022

Local time

1:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

14 July 2022

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

In order to gain access to the tender documentation you will be required to register your organisation details on the ONR Procurement Portal, free of charge, by accessing the following link :

https://onr.delta-esourcing.com/

When prompted, please enter Access Code V6H8F3M3CG to be linked directly to the opportunity.

Please note that ONR will be hosting an engagement event on Microsoft Teams on Wednesday 18 May between 9.30am and 12pm. The event will provide interested suppliers the opportunity to find out more about the procurement process and timescales.

To book a place at the event, please email onr.technicalsupport@onr.gov.uk.

You will need to provide your name, position, company name, email address and contact telephone number, as well as details of which lot and/or technical area you are interested in.

Please state ONR TSF Event in the subject header

six.4) Procedures for review

six.4.1) Review body

Christine Alcock - Head of ONR Commercial and Procurement

Bootle, Merseyside

L20 7HS

Country

United Kingdom