Tender

H3AT Tritium Plant SDS Getter Beds

  • United Kingdom Atomic Energy Authority

F02: Contract notice

Notice identifier: 2024/S 000-012491

Procurement identifier (OCID): ocds-h6vhtk-0452fb

Published 17 April 2024, 12:49pm



Section one: Contracting authority

one.1) Name and addresses

United Kingdom Atomic Energy Authority

Culham Campus

Abingdon

OX14 3DB

Contact

Nicola Adams

Email

nicola.adams@ukaea.uk

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=80516&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=80516&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

H3AT Tritium Plant SDS Getter Beds

Reference number

T/AA087/23

two.1.2) Main CPV code

  • 71300000 - Engineering services

two.1.3) Type of contract

Services

two.1.4) Short description

The United Kingdom Atomic Energy Authority (UKAEA) requires 7-off Depleted Uranium Getter Beds to be supplied into the Hydrogen 3 Advanced Technology facility at the Culham Campus. This includes design, manufacture, assembly, Factory Acceptance Testing, delivery, installation, Site Acceptance Testing and commissioning.

This restricted procedure tender is subject to Export Control, and UKAEA needs to have the relevant Export Control Licence for any short listed bidder that is based outside of the UK before receipt of specified technical documents. Dependent upon the country in which the company is based, there may be a need to apply to the UK Export Control Joint Unit for the appropriate licence. Companies based outside of the UK must complete and sign the Bidder Export Control Regulations Compliance Declaration Form provided with the ITT. Failure to return this form with your Selection Questionnaire will result in an immediate fail.

two.1.5) Estimated total value

Value excluding VAT: £1,200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 09341000 - Uranium
  • 09343000 - Radioactive materials
  • 44615000 - Pressure vessels
  • 44615100 - Steel pressure vessels
  • 45255400 - Fabrication work
  • 45262670 - Metalworking
  • 44610000 - Tanks, reservoirs, containers and pressure vessels
  • 45262680 - Welding
  • 71300000 - Engineering services
  • 71320000 - Engineering design services
  • 71323000 - Engineering-design services for industrial process and production

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire

two.2.4) Description of the procurement

The United Kingdom Atomic Energy Authority (UKAEA) requires 7-off Depleted Uranium Getter Beds to be supplied into the Hydrogen 3 Advanced Technology facility at UKAEA’s Culham Campus. The requirement includes design, manufacture, assembly, Factory Acceptance Testing, delivery, installation, Site Acceptance Testing, and commissioning.

Due to the nature of this Restricted Procedure tender in terms of the transfer of information, which is subject to Export Control, the UKAEA needs to have in place the relevant Export Control Licence for any short listed bidder that is based outside of the UK before receipt of specified technical documents. Dependent upon the country in which the company is based, as detailed within the Invitation to Tender (ITT), there may be a need to apply to the UK Export Control Joint Unit (ECJU) for the appropriate licence.

Companies based outside of the UK are required to complete and sign the Bidder Export Control Regulations Compliance Declaration Form (BECRCDF), provided with the ITT. Failure to return this form, completed and signed, with your Selection Questionnaire will result in an immediate Fail.

By signing the BECRCDF, shortlisted Suppliers accept that if they are invited to tender for this opportunity, UKAEA will confirm a date for application to the ECJU for the necessary appropriate licence and in the event that ECJU do not issue the necessary licence within 60 days of the application date that UKAEA reserves the right to remove the bidder from the Invitation to Tender Shortlist.

The proposed form of contract is the NEC4 Engineering Construction Contract (ECC)) (option A), for a fixed price, which will include all aspects of the Scope of Works. There may also be the need for additional work not included in the Scope of Works which will be reimbursed, and bidders are asked to provide a schedule of rates. Bidders are also asked to provide rates for onward going maintenance support.

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: £1,200,000

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

Duration in months

23

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: 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


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

List and brief description of selection criteria

Refer to Procurement Documents for information.

Minimum level(s) of standards possibly required

Refer to Procurement Documents for information.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Refer to Procurement Documents for information.

Minimum level(s) of standards possibly required

Refer to Procurement Documents for information.

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

Restricted procedure

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

16 May 2024

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: 18 November 2024


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