|
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
Fusion equipment [the systems architecture, control system design and integration of a tritium processing plant]
UK
Purchaser: United Kingdom Atomic Energy Authority
Website link:
http://www.nuclearmarket.com/proc/msk.cfm?id=77186
14/07/2018 S134 - - Services - Contract notice - Innovation partnership I.II.III.IV.VI. United Kingdom-Abingdon: Fusion equipment
2018/S 134-305918
Contract notice
Services
Legal Basis:
Directive 2014/24/EU Section I: Contracting authority
I.1) Name and addresses United Kingdom Atomic Energy Authority Culham Science Centre Abingdon OX14 3DB United Kingdom Contact person: James Phillpott Telephone: +44 1235466904 E-mail: james.phillpott@ukaea.uk NUTS code: UKJ14 Internet address(es):
Main address: https://www.gov.uk/government/organisations/uk-atomic-energy-authority
I.2) Information about joint procurement I.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.ccfe.ac.uk/TenderDocs.aspx?DocName=UKAEA_H3AT_PQQ.zip Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted electronically via: https://www.gov.uk/government/organisations/uk-atomic-energy-authority Tenders or requests to participate must be submitted to the abovementioned address I.4) Type of the contracting authority Ministry or any other national or federal authority, including their regional or local subdivisions I.5) Main activity Other activity: Fusion research Section II: Object
II.1) Scope of the procurement II.1.1) Title: The Systems Architecture, Control System Design and Integration of a Tritium Processing Plant
Reference number: T/JP031/18 II.1.2) Main CPV code 42664000 II.1.3) Type of contract Services II.1.4) Short description: UKAEA invites proposals from suppliers for Systems Integrators. UKAEA is developing a Hydrogen 3 Advanced Technology: H3AT facility. The System Integrator is expected to take responsibility for the integration of the plant design, design of control systems for the integrated plant, integration of the sub-systems for the plant and, for inactive commissioning and handover of the integrated plant together with training of the Client’s operational staff, to be delivered in accordance with the UK Governments “Soft Landings” approach.
II.1.5) Estimated total value Value excluding VAT: 3 000 000.00 GBP II.1.6) Information about lots This contract is divided into lots: no II.2) Description II.2.1) Title: II.2.2) Additional CPV code(s) 38900000 38540000 38970000 42150000 42151000 42152000 42152200 45214630 II.2.3) Place of performance NUTS code: UK Main site or place of performance: The site will at UKAEA, Abingdon, Oxfordshire, OX14 3DB, England
II.2.4) Description of the procurement: Requirement
UKAEA is developing a Hydrogen 3 Advanced Technology: H3AT facility. The System Integrator is expected to take responsibility for the integration of the plant design, design of control systems for the integrated plant, integration of the sub-systems for the plant and, for inactive commissioning and handover of the integrated plant together with training of the Client’s operational staff, to be delivered in accordance with the UK Governments “Soft Landings” approach.
Background to Requirement
UKAEA is to developing Hydrogen 3 Advanced Technology: H3AT facility, opening in 2021. The heart of the H3AT facility will be a fusion relevant 100g tritium processing loop comprising storage beds, a distribution system, impurity processing system, isotope separation system and systems to detritiate water and air. These will service a flexible suite of enclosures and glove boxes to allow a broad range of tests and experiments. The facility will also contain a dedicated area to develop materials detritiation processes.
The purpose of the H3AT facility is to support development of new technologies for tritium handling and the simulation of operation of tritium plant fusion reactors. The integrated systems design for the scaled tritium processing plant is the basis for the requirement and is the subject of this PQQ and the resulting Invitation to Tender: ITT.
Description of the Procurement Process
The Innovation Partnership process: INP will be established in successive phases aiming at the development and subsequent purchase of services and/or works/supplies to deliver the H3AT facility to agreed performance levels and costs.
This procurement is likely to be a multi-stage event under the INP procedure. The initial element of the process includes awarding multiple concept design contracts to provide proof of concept’s designs proposed. Subsequent to the concept design stage, we will either extend the initial design contracts for further iterations of more detailed designs or will award a Professional Service Contract (PSC) for the System Integrator. This PSC will be for the system’s design at the plant level, system’s integration of the plant including their interfaces and performance, design and supply of the integrated control system for the plant operation.
II.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents II.2.6) Estimated value Value excluding VAT: 3 000 000.00 GBP II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start: 14/01/2019 End: 14/01/2022 This contract is subject to renewal: no II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variants Variants will be accepted: no II.2.11) Information about options Options: no II.2.12) Information about electronic catalogues II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14) Additional information Section III: Legal, economic, financial and technical information
III.1) Conditions for participation III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers III.1.2) Economic and financial standing Selection criteria as stated in the procurement documents III.1.3) Technical and professional ability Selection criteria as stated in the procurement documents III.1.5) Information about reserved contracts III.2) Conditions related to the contract III.2.1) Information about a particular profession III.2.2) Contract performance conditions: III.2.3) Information about staff responsible for the performance of the contract Section IV: Procedure
IV.1) Description IV.1.1) Type of procedure Innovation partnership IV.1.3) Information about a framework agreement or a dynamic purchasing system IV.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 IV.1.6) Information about electronic auction IV.1.8) Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: yes IV.2) Administrative information IV.2.1) Previous publication concerning this procedure Notice number in the OJ S: 2018/S 097-220914 IV.2.2) Time limit for receipt of tenders or requests to participate Date: 14/08/2018 Local time: 12:00 IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates IV.2.4) Languages in which tenders or requests to participate may be submitted: English IV.2.6) Minimum time frame during which the tenderer must maintain the tender Duration in months: 3 (from the date stated for receipt of tender) IV.2.7) Conditions for opening of tenders Section VI: Complementary information
VI.1) Information about recurrence This is a recurrent procurement: no VI.2) Information about electronic workflows Electronic ordering will be used Electronic invoicing will be accepted Electronic payment will be used VI.3) Additional information: VI.4) Procedures for review VI.4.1) Review body United Kingdom Atomic Energy Authority Abingdon OX14 3DB United Kingdom VI.4.2) Body responsible for mediation procedures VI.4.3) Review procedure VI.4.4) Service from which information about the review procedure may be obtained VI.5) Date of dispatch of this notice: 13/07/2018
http://ted.europa.eu/, TED database, © European Communities, 1995-2018.
|
|