Section one: Contracting authority
one.1) Name and addresses
United Kingdom Atomic Energy Authority
Culham Campus
Abingdon
OX14 3DB
Contact
Nicola Adams
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