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

Provision of a Technical Services Framework for the Office for Nuclear Regulation

  • First published: 12 May 2022
  • Last modified: 12 May 2022

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:
ocds-h6vhtk-033695
Published by:
Office for Nuclear Regulation
Authority ID:
AA75093
Publication date:
12 May 2022
Deadline date:
14 June 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This is a two stage procurement which will select a maximum of the five highest ranking bids received, following evaluation of a Selection Questionnaire, to be invited to the Invitation to Tender stage of the procurement process.

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

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

OFFICE FOR NUCLEAR REGULATION

Building 4 Redgrave Court

BOOTLE

L207HS

UK

Contact person: Gary Owens

Telephone: +44 2030280795

E-mail: gary.owens@onr.gov.uk

NUTS: UK

Internet address(es)

Main address: www.onr.org.uk

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://onr.delta-esourcing.com/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://onr.delta-esourcing.com/


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Nuclear Regulation

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Provision of a Technical Services Framework for the Office for Nuclear Regulation

Reference number: ONR/T850

II.1.2) Main CPV code

71356000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Provision of a framework of Specialist Service Providers to the Office for Nuclear Regulation across 3 Lots for :

- Lot 1 : Reactor Core Physics and Fault Studies

- Lot 2 : Civil Engineering and External Hazards

- Lot 3 : Specialist Engineering and Technical Services within the disciplines of :

1. Chemistry

2. Control and Instrumentation

3. Criticality

4. Electrical Engineering

5. Fuel Design

6. Mechanical Engineering

7. Human Factors

8. Internal Hazards

9. Leadership and Management for Safety, Supply Chain and Quality

10. Probabilistic Safety Analysis

11. Radiological Protection and Emergency Planning and Response

12. Radioactive Waste Management and Decommissioning

13. Structural Integrity

14. Protective Security

15. Cyber Security

16. Safeguards

17. Other Engineering and Technical Services as may be required to assist in delivery of ONR regulatory duties.

II.1.5) Estimated total value

Value excluding VAT: 18 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

II.2) Description

Lot No: 1

II.2.1) Title

Reactor Core Physics and Fault Studies

II.2.2) Additional CPV code(s)

71356000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This is a two stage procurement which will select a maximum of the five highest ranking bids received, following evaluation of a Selection Questionnaire, to be invited to the Invitation to Tender stage of the procurement process.

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

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Objective criteria for choosing the limited number of candidates:

As noted in the Evaluation Criteria documentation.

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

Lot No: 2

II.2.1) Title

Civil Engineering and External Hazrads

II.2.2) Additional CPV code(s)

71356000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This is a two stage procurement which will select a maximum of the five highest ranking bids received, following evaluation of a Selection Questionnaire, to be invited to the Invitation to Tender stage of the procurement process.

The scope of technical services required in Lot 2 will include service provision performed through a number of specialist contractors across the technical disciplines of Civil Engineering and External Hazards.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

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

Lot No: 3

II.2.1) Title

Specialist Engineering and Technical Services

II.2.2) Additional CPV code(s)

71356000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This is a two stage procurement which will select a maximum of the six highest ranking bids received, following evaluation of a Selection Questionnaire, to be invited to the Invitation to Tender stage of the procurement process.

The scope of technical services required in Lot 3 will cover Specialist Engineering and Technical Services and will include service provision performed through a number of specialist contractors across a range of technical disciplines as follows:

1. Chemistry

2. Control and Instrumentation

3. Criticality

4. Electrical Engineering

5. Fuel Design

6. Mechanical Engineering

7. Human Factors

8. Internal Hazards

9. Leadership and Management for Safety, Supply Chain and Quality

10. Probabilistic Safety Analysis

11. Radiological Protection and Emergency Planning and Response

12. Radioactive Waste Management and Decommissioning

13. Structural Integrity

14. Protective Security

15. Cyber Security

16. Safeguards

17. Other Engineering and Technical Services as may be required to assist in delivery of ONR regulatory duties.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date: 14/06/2022

Local time: 13:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 14/07/2022

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

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

In order to gain access to the tender documentation you will be required to register your organisation details on the ONR Procurement Portal, free of charge, by accessing the following link :

https://onr.delta-esourcing.com/

When prompted, please enter Access Code V6H8F3M3CG to be linked directly to the opportunity.

Please note that ONR will be hosting an engagement event on Microsoft Teams on Wednesday 18 May between 9.30am and 12pm. The event will provide interested suppliers the opportunity to find out more about the procurement process and timescales.

To book a place at the event, please email onr.technicalsupport@onr.gov.uk.

You will need to provide your name, position, company name, email address and contact telephone number, as well as details of which lot and/or technical area you are interested in.

Please state ONR TSF Event in the subject header

VI.4) Procedures for review

VI.4.1) Review body

Christine Alcock - Head of ONR Commercial and Procurement

Bootle, Merseyside

L20 7HS

UK

VI.5) Date of dispatch of this notice

11/05/2022

Coding

Commodity categories

ID Title Parent category
71356000 Technical services Engineering-related scientific and technical services

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:
gary.owens@onr.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.