Section one: Contracting authority
one.1) Name and addresses
United Kingdom Atomic Energy Authority
Culham Campus
Abingdon
OX14 3DB
Country
United Kingdom
Region code
UK - United Kingdom
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=81210&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=81210&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
STEP Engineering Partner and Construction Partner
Reference number
T-SP049-22 & T-SP050-22
two.1.2) Main CPV code
- 45220000 - Engineering works and construction works
two.1.3) Type of contract
Works
two.1.4) Short description
UKAEA (on behalf of UKIFS – a special purpose vehicle to be established during the procurement process as the delivery body for STEP) is conducting this Procurement for an Engineering Partner (EP) and a Construction Partner (CP), who, together with a Fusion Partner (determined to be UKAEA), will bring together and develop extensive industrial capabilities to design and build a UK prototype fusion energy plant capable of delivering net-energy to the grid, and build a world-leading fusion delivery industry.
The Procurement is divided into two lots:
• Lot 1: Engineering Partner (EP)
• Lot 2: Construction Partner (CP)
two.1.5) Estimated total value
Value excluding VAT: £20,000,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for one lot only
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
UKAEA will apply bid restrictions. Please see the SSP for further details.
two.2) Description
two.2.1) Title
Engineering Partner (EP)
Lot No
1
two.2.2) Additional CPV code(s)
- 45200000 - Works for complete or part construction and civil engineering work
- 66519000 - Engineering, auxiliary, average, loss, actuarial and salvage insurance services
- 71000000 - Architectural, construction, engineering and inspection services
- 71240000 - Architectural, engineering and planning services
- 71250000 - Architectural, engineering and surveying services
- 71310000 - Consultative engineering and construction services
- 71311000 - Civil engineering consultancy services
- 71312000 - Structural engineering consultancy services
- 71313000 - Environmental engineering consultancy services
- 71318000 - Advisory and consultative engineering services
- 71320000 - Engineering design services
- 71321000 - Engineering design services for mechanical and electrical installations for buildings
- 71322000 - Engineering design services for the construction of civil engineering works
- 71323000 - Engineering-design services for industrial process and production
- 71323200 - Plant engineering design services
- 71330000 - Miscellaneous engineering services
- 71333000 - Mechanical engineering services
- 71334000 - Mechanical and electrical engineering services
- 71336000 - Engineering support services
- 71337000 - Corrosion engineering services
- 71340000 - Integrated engineering services
- 71350000 - Engineering-related scientific and technical services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Engineering Partner’s (EP) primary responsibility will be to provide the capability to drive the integrated design of the STEP Prototype Plant (SPP), and to then manufacture that plant through a developing supply chain. This includes (but not be limited to) providing capabilities for management of all engineering data, responsibility for the detailed design of SPP systems, equipment, and components, and contracting through the engineering supply chain. The EP will be responsible for leading a supply chain which delivers the manufacture and assembly of the SPP components. See the procurement documents for further details.
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: £10,000,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The EP contract term will be an initial 3 year period, followed by 3 optional extension periods of 4, 6 and 7 years (these durations are subject to change as the Programme develops). UKIFS will have the right to exercise an extension option on 6 months’ notice. The maximum contract length duration for the EP contract will be 20 years with an estimated value of £10,000,000,000.
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) Description
two.2.1) Title
Construction Partner
Lot No
2
two.2.2) Additional CPV code(s)
- 45200000 - Works for complete or part construction and civil engineering work
- 45213250 - Construction work for industrial buildings
- 45214610 - Laboratory building construction work
- 45222000 - Construction work for engineering works except bridges, tunnels, shafts and subways
- 45223000 - Structures construction work
- 45251000 - Construction works for power plants and heating plants
- 45251100 - Construction work for power plant
- 45251110 - Nuclear-power station construction work
- 45251111 - Construction work for nuclear reactors
- 45254200 - Construction work for manufacturing plant
- 71300000 - Engineering services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71500000 - Construction-related services
- 71520000 - Construction supervision services
- 71521000 - Construction-site supervision services
- 71530000 - Construction consultancy services
- 71540000 - Construction management services
- 71541000 - Construction project management services
- 79418000 - Procurement consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Construction Partner’s (CP) primary responsibility will be to collaboratively provide the capability to drive the integrated design of the overall layout, buildings, infrastructure, onsite and offsite facilities of the STEP Prototype Plant (SPP) to fulfil the support, enclosure and environmental requirements of the operational plant. The Construction Partner will then purchase, fabricate, deliver and install all elements of the designed facilities utilising existing and new supply chains, directly sourced or contracted resources. The CP’s responsibilities will include (but not be limited to) managing the overall health, safety, environment and security systems applicable to all parties engaged at the site. See the procurement documents for further details.
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: £10,000,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The CP contract term will be an initial 3 year period, followed by 3 optional extension periods of 4, 6 and 7 years (these durations are subject to change as the Programme develops). UKIFS will have the right to exercise an extension option on 6 months’ notice. The maximum contract length duration for the CP contract will be 20 years with an estimated value of £10,000,000,000.
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
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
Competitive dialogue
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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 000-023363
four.2.2) Time limit for receipt of tenders or requests to participate
Date
12 July 2024
Local time
1:00pm
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
UKAEA is launching this procurement on behalf of UK Industrial Fusion Solutions Limited (UKIFS). UKIFS will take over responsibility for running the procurement when it is established part way through the procurement process and will be the client entity that will enter into the contracts at the conclusion of the procurement.
six.4) Procedures for review
six.4.1) Review body
The High Court
The Royal Courts of Justice
London
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
The High Court
The Royal Courts of Justice
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with the Public Contracts Regulations (PCR) 2015, the authority will observe a minimum ten (10) calendar day standstill period at the point that information regarding the award of the contract is communicated to tenderers.
If an appeal regarding the award of a contract has not been successfully resolved by the authority, the Public Contracts Regulations (PCR) 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the Regulations to take action in the High Court (England, Wales and Northern Ireland).
six.4.4) Service from which information about the review procedure may be obtained
The High Court
The Royal Courts of Justice
London
Country
United Kingdom