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