Contract notice

Information

Published

Expire date: 17/07/2024

External Reference: 2024-502721

FTS Reference: 2024-016180

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
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=81210&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

STEP Engineering Partner and Construction Partner
Reference number:  T-SP049-22 & T-SP050-22
II.1.2)

Main CPV code

45220000  -  Engineering works and construction works
II.1.3)

Type of contract

Works
II.1.4)

Short description

UKAEA (on behalf of UKIFS – a special purpose vehicle to be established during the procurement process as the delivery body for STEP) is conducting this Procurement for an Engineering Partner (EP) and a Construction Partner (CP), who, together with a Fusion Partner (determined to be UKAEA), will bring together and develop extensive industrial capabilities to design and build a UK prototype fusion energy plant capable of delivering net-energy to the grid, and build a world-leading fusion delivery industry.
The Procurement is divided into two lots:
• Lot 1: Engineering Partner (EP)
• Lot 2: Construction Partner (CP)
II.1.5)

Estimated total value

Value excluding VAT: 20000000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  one lot only
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
UKAEA will apply bid restrictions. Please see the SSP for further details.
II.2)

Description

II.2.1)

Title

Engineering Partner (EP)
Lot No:  1
II.2.2)

Additional CPV code(s)

45200000  -  Works for complete or part construction and civil engineering work
66519000  -  Engineering, auxiliary, average, loss, actuarial and salvage insurance services
71000000  -  Architectural, construction, engineering and inspection services
71240000  -  Architectural, engineering and planning services
71250000  -  Architectural, engineering and surveying services
71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71312000  -  Structural engineering consultancy services
71313000  -  Environmental engineering consultancy services
71318000  -  Advisory and consultative engineering services
71320000  -  Engineering design services
71321000  -  Engineering design services for mechanical and electrical installations for buildings
71322000  -  Engineering design services for the construction of civil engineering works
71323000  -  Engineering-design services for industrial process and production
71323200  -  Plant engineering design services
71330000  -  Miscellaneous engineering services
71333000  -  Mechanical engineering services
71334000  -  Mechanical and electrical engineering services
71336000  -  Engineering support services
71337000  -  Corrosion engineering services
71340000  -  Integrated engineering services
71350000  -  Engineering-related scientific and technical services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

The Engineering Partner’s (EP) primary responsibility will be to provide the capability to drive the integrated design of the STEP Prototype Plant (SPP), and to then manufacture that plant through a developing supply chain. This includes (but not be limited to) providing capabilities for management of all engineering data, responsibility for the detailed design of SPP systems, equipment, and components, and contracting through the engineering supply chain. The EP will be responsible for leading a supply chain which delivers the manufacture and assembly of the SPP components. See the procurement documents for further details.
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: 10000000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The EP contract term will be an initial 3 year period, followed by 3 optional extension periods of 4, 6 and 7 years (these durations are subject to change as the Programme develops). UKIFS will have the right to exercise an extension option on 6 months’ notice. The maximum contract length duration for the EP contract will be 20 years with an estimated value of £10,000,000,000.
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)

Description

II.2.1)

Title

Construction Partner
Lot No:  2
II.2.2)

Additional CPV code(s)

45200000  -  Works for complete or part construction and civil engineering work
45213250  -  Construction work for industrial buildings
45214610  -  Laboratory building construction work
45222000  -  Construction work for engineering works except bridges, tunnels, shafts and subways
45223000  -  Structures construction work
45251000  -  Construction works for power plants and heating plants
45251100  -  Construction work for power plant
45251110  -  Nuclear-power station construction work
45251111  -  Construction work for nuclear reactors
45254200  -  Construction work for manufacturing plant
71300000  -  Engineering services
71322000  -  Engineering design services for the construction of civil engineering works
71500000  -  Construction-related services
71520000  -  Construction supervision services
71521000  -  Construction-site supervision services
71530000  -  Construction consultancy services
71540000  -  Construction management services
71541000  -  Construction project management services
79418000  -  Procurement consultancy services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

The Construction Partner’s (CP) primary responsibility will be to collaboratively provide the capability to drive the integrated design of the overall layout, buildings, infrastructure, onsite and offsite facilities of the STEP Prototype Plant (SPP) to fulfil the support, enclosure and environmental requirements of the operational plant.  The Construction Partner will then purchase, fabricate, deliver and install all elements of the designed facilities utilising existing and new supply chains, directly sourced or contracted resources. The CP’s responsibilities will include (but not be limited to) managing the overall health, safety, environment and security systems applicable to all parties engaged at the site. See the procurement documents for further details.
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: 10000000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The CP contract term will be an initial 3 year period, followed by 3 optional extension periods of 4, 6 and 7 years (these durations are subject to change as the Programme develops). UKIFS will have the right to exercise an extension option on 6 months’ notice. The maximum contract length duration for the CP contract will be 20 years with an estimated value of £10,000,000,000.
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

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.2.2)

Contract performance conditions

Refer to Procurement Documents for information.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive dialogue
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.8)

Information about the 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 FTS: 2022/S 000-023363
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  12/07/2024
Local time:  13:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

UKAEA is launching this procurement on behalf of UK Industrial Fusion Solutions Limited (UKIFS). UKIFS will take over responsibility for running the procurement when it is established part way through the procurement process and will be the client entity that will enter into the contracts at the conclusion of the procurement.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
The Royal Courts of Justice
London
UK

VI.4.2)

Body responsible for mediation procedures

The High Court
The Royal Courts of Justice
London
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
In accordance with the Public Contracts Regulations (PCR) 2015, the authority will observe a minimum ten (10) calendar day standstill period at the point that information regarding the award of the contract is communicated to tenderers.
If an appeal regarding the award of a contract has not been successfully resolved by the authority, the Public Contracts Regulations (PCR) 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the Regulations to take action in the High Court (England, Wales and Northern Ireland).
VI.4.4)

Service from which information about the review procedure may be obtained

The High Court
The Royal Courts of Justice
London
UK