Contract notice

Information

Published

Expire date: 10/06/2024

External Reference: 2024-526668

FTS Reference: 2024-014856

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

United Kingdom Atomic Energy Authority
N/A
Culham Campus
Abingdon
OX14 3DB
UK
Contact person: Viv Hichens
NUTS code:  UK -  UNITED KINGDOM
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=80932&B=UKAEA
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 Process Services
Reference number:  T/GR050/23
II.1.2)

Main CPV code

65121000  -  Water demineralisation services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The United Kingdom Atomic Energy Authority (UKAEA) requirement is for the procurement of a process services system for the Hydrogen 3 Advanced Technology facility at Culham. Included is the supply of Demineralised Water, Breathable Air Supply, Plant Air Supply, Compressed Gas Supply, Specialist Gas Compound with Segregation. The contractor is responsible for the design, manufacture, assembly, Factory Acceptance Testing, delivery and installation, operational qualification, Site Acceptance Testing (SAT), handover, conformity assessment and support for all the installed equipment and pipework required. The scope of work is expected to be delivered by March 2026, with an estimated duration of 23 months. The proposed form of contract is the NEC4 Engineering Construction Contract (ECC) Option A, for a fixed price. There may also be the need for additional ad hoc work not defined within the Scope of Works, which will be reimbursed for which bidders are asked to provide a schedule of rates.
II.1.5)

Estimated total value

Value excluding VAT: 2000000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

24111000  -  Hydrogen, argon, rare gases, nitrogen and oxygen
31161800  -  Parts of gas generators
39721321  -  Compressed-air dryers
42124330  -  Parts of air compressors
42130000  -  Taps, cocks, valves and similar appliances
42131100  -  Valves defined by function
42131140  -  Pressure-reducing, control, check or safety valves
42131141  -  Pressure-reducing valves
42131142  -  Control valves
42131144  -  Process-control valves
42131145  -  Check valves
42131250  -  Needle valves
42131260  -  Ball valves
42131290  -  Diaphragm valves
42132130  -  Pneumatic valve actuators
42514310  -  Air filters
44611400  -  Storage tanks
44612100  -  Gas cylinders
44612200  -  Gas tanks
45333100  -  Gas regulation equipment installation work
42124340  -  Parts of gas compressors
65121000  -  Water demineralisation services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Culham Science Centre, OX14 3DB
II.2.4)

Description of the procurement

The United Kingdom Atomic Energy Authority (UKAEA) requirement is for the procurement of a process services system for the Hydrogen 3 Advanced Technology (H3AT) facility at Culham. Included is the supply of Demineralised Water, Breathable Air Supply, Plant Air Supply, Compressed Gas Supply, Specialist Gas Compound with Segregation.
Scope - The contractor will be responsible for the design, manufacture, assembly, Factory Acceptance Testing, delivery and installation, operational qualification, Site Acceptance Testing (SAT), handover, conformity assessment and support for all the installed equipment and pipework required.
Duration and Contract - The scope of work is expected to be delivered by March 2026, with an estimated duration of 23 months. The proposed form of contract is the NEC4 Engineering Construction Contract (ECC) Option A, for a fixed price. There may also be the need for additional ad hoc work not defined within the Scope of Works, which will be reimbursed for which bidders are asked to provide a schedule of rates.
Design - The Contractor is fully responsible for the design of the entire system. The Contractor will be responsible for the concept design, preliminary and detailed design of the system. The Contractor will be responsible for obtaining UKAEA approval for the design in all phases, ensuring that the design meets all safety and quality standards.
Manufacturing, Installation & Testing, Delivery, Commissioning - For all the items that require manufacture and assembly, the Contractor shall undertake Factory Acceptance Testing to demonstrate the functionality.
Engineering Support - The Contractor is responsible for completing all the required tests for all process services items according to the Inspection and Test Plan (ITP), providing test reports, including Site Acceptance Test (SAT) and Operating Qualification (OQ), that are approved by the UKAEA.
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: 2000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 23
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

Open procedure
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.2.1)

Previous publication concerning this procedure

Notice number in the FTS: 2023/S 000-023750
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  10/06/2024
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:  09/09/2024
IV.2.7)

Conditions for opening of tenders

Date:  10/06/2024
Local time:  12:00

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