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