Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Management of the Nuclear Safeguards Programme

  • First published: 22 December 2020
  • Last modified: 22 December 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
The Department for Business, Energy and Industrial Strategy (BEIS)
Authority ID:
AA79670
Publication date:
22 December 2020
Deadline date:
21 January 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

BEIS is looking to appoint a supplier to undertake management services for the NSP to ensure tasks within the programme are conducted in a cost-effective manner and use technical and scientific expertise. It is expected that the successful supplier would have experience of the nuclear industry, including non-proliferation, and the nuclear fuel cycle in order to add value to the programmes delivery.

Examples of supplier activities may include, but are not limited to:

• providing expertise/advice for the development of safeguards strategies in new and existing activities and plant in the nuclear fuel cycle;

• providing services to support the International Atomic Energy Agency in analysing nuclear material arising from samples taken in safeguards inspections;

• agreeing an annual programme of work with BEIS for the NSP; and

• awarding contracts to sub-contractors and managing these contracts.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Department for Business, Energy and Industrial Strategy (BEIS)

1 Victoria Street

London

SW1H 0ET

UK

Contact person: Lauren Kaur

Telephone: +44 2072152967

E-mail: Lauren.kaur@beis.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.delta-esourcing.com/respond/DJ5MZ7T9TB


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.delta-esourcing.com/respond/DJ5MZ7T9TB


Tenders or requests to participate must be sent 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

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Management of the Nuclear Safeguards Programme

Reference number: 4773/12/2020

II.1.2) Main CPV code

98113100

 

II.1.3) Type of contract

Services

II.1.4) Short description

BEIS are looking to procure management services for the Nuclear Safeguards Programme (NSP). The aim of this tender is to appoint a supplier to manage the NSP on behalf of the Department. This is to ensure that the Department meets its obligations both to the International Atomic Energy Agency and under the Non Proliferation Treaty, as well as providing other support as required.

II.1.5) Estimated total value

Value excluding VAT: 9 750 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM.

II.2.4) Description of the procurement

BEIS is looking to appoint a supplier to undertake management services for the NSP to ensure tasks within the programme are conducted in a cost-effective manner and use technical and scientific expertise. It is expected that the successful supplier would have experience of the nuclear industry, including non-proliferation, and the nuclear fuel cycle in order to add value to the programmes delivery.

Examples of supplier activities may include, but are not limited to:

• providing expertise/advice for the development of safeguards strategies in new and existing activities and plant in the nuclear fuel cycle;

• providing services to support the International Atomic Energy Agency in analysing nuclear material arising from samples taken in safeguards inspections;

• agreeing an annual programme of work with BEIS for the NSP; and

• awarding contracts to sub-contractors and managing these contracts.

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: 9 750 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The contract will be for an initial term of 2 years with the option to extend for a further 2 years. After the initial term, the Department reserve the right to terminate the contract or amend the specific deliverables and budget in line with the needs of the policy and while remaining within the scope of the specification in the ITT.

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.2.13) 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

The winning bidder must provide individual(s) with (or willing to undertake) either Security Check (SC) or Developed Vetting (DV) security clearance to manage the programme.

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

List and brief description of conditions:

Supplier project manager appointed for this work to have Security Check (SC) or Developed Vetting (DV) security clearance in place within 3 months of the effective date.

Supplier to have obtained cyber essential basic certification (or equivalent) within 3 months of the contract effective date.

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.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

Defence and Security Public Contract Regulations 2011 apply to this procurement.

It is expected that the successful supplier would have experience of the nuclear industry, including non-proliferation, and the nuclear fuel cycle in order to add value to the programmes delivery.

III.2.2) Contract performance conditions

Contract performance will be measured using service levels. The specific service levels applicable to the contract have been described in detail in the ‘Specification’ section of the ITT document.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about 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:

2020/S 212-520554

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 21/01/2021

Local time: 23:55

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 22/01/2021

Local time: 09:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Nuclear-safety-services./DJ5MZ7T9TB

To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/DJ5MZ7T9TB

Go reference: GO-20201217-PRO-17524811

VI.4) Procedures for review

VI.4.1) Review body

Technology and Construction Court

7 Rolls Buildings, Fetter Lane

London

EC4A 1NL

UK

VI.5) Date of dispatch of this notice

17/12/2020

Coding

Commodity categories

ID Title Parent category
98113100 Nuclear safety services Services furnished by specialist organisations

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Lauren.kaur@beis.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.