Business
Opportunities /
Tenders
by product
by date
subscribe
Find Suppliers
sourcing services
Terms of Use
© 2002 NuclearMarket
|Home | Members | Free Trial | Contact Us|


IMPORTANT NOTE:
The notice below may have expired - To receive our email alerts in the future please click here for a free trial.

Procurement Notice Details

Architectural, construction, engineering and inspection services [technical support framework][amendment]
UK

Purchaser: Office for Nuclear Regulation
Website link: http://www.nuclearmarket.com/proc/msk.cfm?id=75343

10/03/2018 S49 - - Services - Contract notice - Restricted procedure
I.II.III.IV.VI.
United Kingdom-Liverpool: Architectural, construction, engineering and inspection services

2018/S 049-109516

Contract notice

Services

Directive 2004/18/EC
Section I: Contracting authority

I.1)
Name, addresses and contact point(s)
Office for Nuclear Regulation
Building 4 Redgrave Court, Merton Road, Bootle
For the attention of: Tommy Johnson
L20 7HS Liverpool
United Kingdom
Telephone: +44 2030283078
E-mail: tenders@hse.gov.uk

Internet address(es):

General address of the contracting authority: http://www.onr.org.uk

Further information can be obtained from: https://in-tendhost.co.uk/hse
Not applicable
Not applicable
United Kingdom
Internet address: https://in-tendhost.co.uk/hse

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: https://in-tendhost.co.uk/hse
Not applicable
Not applicable
United Kingdom
Internet address: https://in-tendhost.co.uk/hse

Tenders or requests to participate must be sent to: https://in-tendhost.co.uk/hse
Not applicable
Not applicable
United Kingdom
Internet address: https://in-tendhost.co.uk/hse

I.2)
Type of the contracting authority
Body governed by public law
I.3)
Main activity
Other: Regulation of licenced nuclear facilities
I.4)
Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract

II.1)
Description
II.1.1)
Title attributed to the contract by the contracting authority:
Office for Nuclear Regulation - Technical Support Framework
II.1.2)
Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
NUTS code UKD73

II.1.3)
Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)
Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 7
Duration of the framework agreement

Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 1,00 and 20 000 000,00 GBP
Frequency and value of the contracts to be awarded: Not known
II.1.5)
Short description of the contract or purchase(s)
The Office for Nuclear Regulation (ONR) is the statutory independent regulator of nuclear safety, security, and conventional health and safety at nuclear sites in the UK. In order to support its ongoing regulatory activities.
ONR is looking to renew its Technical Support Framework (TSF) towards the end of 2018. To this end, ONR are proposing to procure technical services under two lots:
— Lot 1 will procure technical support services in the technical disciplines of reactor core physics and fault studies;
— Lot 2 will procure specialist engineering and technical Services that will include service provision in the following areas: internal and external hazards, civil, mechanical and electrical engineering, control and instrumentation; probabilistic safety analysis; fuel design and reactor chemistry; radiation protection and radiological consequence analysis; structural integrity analysis; human factors and management of safety radioactive waste management and decommissioning and other technical services as may be required by ONR.
To assist in the delivery of its regulatory duties in the most efficient and effective manner possible.
It is envisaged that Lot 1 will have no more than three framework suppliers and that Lot 2 will have no more than 4 framework suppliers.
II.1.6)
Common procurement vocabulary (CPV)
71000000

II.1.7)
Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)
Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)
Information about variants
Variants will be accepted: no
II.2)
Quantity or scope of the contract
II.2.1)
Total quantity or scope:
II.2.2)
Information about options
Options: no
II.2.3)
Information about renewals
This contract is subject to renewal: no
II.3)
Duration of the contract or time limit for completion
Information about lots

Lot No: 1 Lot title: Reactor Core Physics and Fault Studies
1)
Short description
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.
2)
Common procurement vocabulary (CPV)
71000000

3)
Quantity or scope
Not known
Estimated value excluding VAT:
Range: between 0,01 and 5 000 000,00 GBP
4)
Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5)
Additional information about lots
Full details provided in procurement documentation.
Lot No: 2 Lot title: Specialist Engineering and Technical Services
1)
Short description
This lot will include service provision in the following areas: internal and external hazards, civil, mechanical and electrical engineering, control and instrumentation; probabilistic safety analysis; fuel design and reactor chemistry; radiation protection and radiological consequence analysis; structural integrity analysis; human factors and management of safety; radioactive waste management and decommissioning and all other technical services as may be required by ONR to assist in the delivery of its regulatory duties in the most efficient and effective manner possible.
2)
Common procurement vocabulary (CPV)
71000000

3)
Quantity or scope
Not known
Estimated value excluding VAT:
Range: between 1,00 and 15 000 000,00 GBP
4)
Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5)
Additional information about lots
Full details will be provided in procurement documentation.
Section III: Legal, economic, financial and technical information

III.1)
Conditions relating to the contract
III.1.1)
Deposits and guarantees required:
None
III.1.2)
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
None
III.1.3)
Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No specific legal form is required to be taken.
III.1.4)
Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Full details provided in procurement documentation.
III.2)
Conditions for participation
III.2.1)
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Full details provided in procurement documentation.
III.2.2)
Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Full details provided in procurement documentation.
Minimum level(s) of standards possibly required: Full details provided in procurement documentation.
III.2.3)
Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Full details provided in procurement documentation.
Minimum level(s) of standards possibly required:
Full details provided in procurement documentation.
III.2.4)
Information about reserved contracts
III.3)
Conditions specific to services contracts
III.3.1)
Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)
Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure

IV.1)
Type of procedure
IV.1.1)
Type of procedure
Restricted
IV.1.2)
Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 4: and maximum number 7
Objective criteria for choosing the limited number of candidates: Full details provided in procurement documentation.
IV.1.3)
Reduction of the number of operators during the negotiation or dialogue
IV.2)
Award criteria
IV.2.1)
Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)
Information about electronic auction
An electronic auction will be used: no
IV.3)
Administrative information
IV.3.1)
File reference number attributed by the contracting authority:
1.11.4.3181.
IV.3.2)
Previous publication(s) concerning the same contract
Prior information notice

Notice number in the OJEU: 2018/S 016-033807 of 24.1.2018

IV.3.3)
Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 17.4.2018 - 13:00
Payable documents: no
IV.3.4)
Time limit for receipt of tenders or requests to participate
17.4.2018 - 13:00
IV.3.5)
Date of dispatch of invitations to tender or to participate to selected candidates
8.6.2018
IV.3.6)
Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)
Minimum time frame during which the tenderer must maintain the tender
IV.3.8)
Conditions for opening of tenders
Section VI: Complementary information

VI.1)
Information about recurrence
This is a recurrent procurement: no
VI.2)
Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)
Additional information
In November 2017, ONR issued a supplier briefing Paper to all suppliers to its existing technical support framework to assure itself that the proposed delivery model was recognisable to the market and as a means of securing early feedback. Additionally, ONR hosted a Supplier Dayon 22 February 2018 to introduce and communicate the technical support needs of ONR and provide additional information to potential suppliers about the forthcoming procurment. To ensure fair and equal treatment, copies of the supplier briefing Paper and the slide deck from the supplier day will be provided with the procurement documentation
VI.4)
Procedures for appeal
VI.4.1)
Body responsible for appeal procedures
Eleri James
2.3 Redgrave Court Merton Road
L20 7HS Bootle
United Kingdom
E-mail: eleri.james@hse.gov.uk
Telephone: +44 2030283978

VI.4.2)
Lodging of appeals
VI.4.3)
Service from which information about the lodging of appeals may be obtained
VI.5)
Date of dispatch of this notice:
9.3.2018



http://ted.europa.eu/, TED database, © European Communities, 1995-2018.