Contract notice

Information

Published

Expire date: 27/08/2021

External Reference: 2021-533232

FTS Reference: 2021-016125

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

United Kingdom Atomic Energy Authority
N/A
Culham Science Centre
Abingdon
OX14 3DB
UK
Contact person: Abigail Woods
NUTS code:  UKJ1 -  Berkshire, Buckinghamshire and Oxfordshire
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=38731&B=UK
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Other activity:  Fusion Research

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

H3AT Isotope Separation System
Reference number:  T/AW109/21
II.1.2)

Main CPV code

42123300  -  Compressors for refrigerating equipment
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Isotope Separation System (ISS) is a sub-system of the H3AT Facility ITER-like Tritium Loop, designed to separate hydrogen isotope gas mixtures by cryogenic distillation. It will take mixed hydrogen isotopes from the Hydrogen Purification System and protium from the Water Detritiation system, to produce isotope streams to suit ITER, DEMO and H3AT research requirements. This sub-system will feed tritium and deuterium to the Storage and Distribution System and protium to the Water Detritation System. This system will comprise 4 cryogenic distillation columns, cold box, valve box, packed bed reactors (equilibriators), expansion vessels and refrigeration plant.
II.1.5)

Estimated total value

Value excluding VAT: 5800000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

42123300  -  Compressors for refrigerating equipment
42510000  -  Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
42511000  -  Heat-exchange units and machinery for liquefying air or other gases
42511100  -  Heat-exchange units
42511110  -  Heat pumps
42511200  -  Machinery for liquefying air or other gases
42910000  -  Distilling, filtering or rectifying apparatus
51100000  -  Installation services of electrical and mechanical equipment
51110000  -  Installation services of electrical equipment
51112000  -  Installation services of electricity distribution and control equipment
51112100  -  Installation services of electricity distribution equipment
51112200  -  Installation services of electricity control equipment
51120000  -  Installation services of mechanical equipment
51230000  -  Installation services of testing equipment
51430000  -  Installation services of laboratory equipment
51500000  -  Installation services of machinery and equipment
51510000  -  Installation services of general-purpose machinery and equipment
51800000  -  Installation services of metal containers
51810000  -  Installation services of tanks
71300000  -  Engineering services
71320000  -  Engineering design services
71323000  -  Engineering-design services for industrial process and production
71330000  -  Miscellaneous engineering services
71333000  -  Mechanical engineering services
71334000  -  Mechanical and electrical engineering services
71335000  -  Engineering studies
71336000  -  Engineering support services
71340000  -  Integrated engineering services
71350000  -  Engineering-related scientific and technical services
73000000  -  Research and development services and related consultancy services
73100000  -  Research and experimental development services
73300000  -  Design and execution of research and development
73430000  -  Test and evaluation
II.2.3)

Place of performance

NUTS code:  UKJ1 -  Berkshire, Buckinghamshire and Oxfordshire
II.2.4)

Description of the procurement

The Isotope Separation System (ISS) is a sub-system of the H3AT Facility ITER-like Tritium Loop, designed to separate hydrogen isotope gas mixtures by cryogenic distillation. It will take mixed hydrogen isotopes from the Hydrogen Purification System and protium from the Water Detritiation system, to produce isotope streams to suit ITER, DEMO and H3AT research requirements. This sub-system will feed tritium and deuterium to the Storage and Distribution System and protium to the Water Detritation System. This system will comprise 4 cryogenic distillation columns, cold box, valve box, packed bed reactors (equilibriators), expansion vessels and refrigeration plant.
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: 5800000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 13/08/2021  /  End: 31/12/2021
This contract is subject to renewal: no
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.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Refer to Procurement Documents for information.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Refer to Procurement Documents for information.
Minimum level(s) of standards possibly required:  
Refer to Procurement Documents for information.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Refer to Procurement Documents for information.
Minimum level(s) of standards possibly required:  
Refer to Procurement Documents for information.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Refer to Procurement Documents for information.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Innovation partnership
IV.1.8)

Information about the 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:  13/08/2021
Local time:  12:00
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

Tender must be valid until:  30/04/2022

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

UK Atomic Energy Authority
Culham Science Centre
Abingdon
OX14 3DB
UK

VI.4.2)

Body responsible for mediation procedures

UK Atomic Energy Authority
Culham Science Centre
Abingdon
OX14 3DB
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
The authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers.
This period allows unsuccessful tenderers to seek further debriefing from the authority before a contract is entered into applicants have 2 working days from the notification of the award decision to request. Additional debriefing and that information have to be provided within a minimum of 3 working days before the expiry of the standstill period. Such additional information should be sought from the contact named in this notice.
If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2015 (SI 2015 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
Any such action must be brought promptly.
(generally within 3 months).
VI.4.4)

Service from which information about the review procedure may be obtained

UK Atomic Energy Authority
Culham Science Centre
Abingdon
OX14 3DB
UK