The Department for Business, Energy and Industrial Strategy (BEIS) is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | R&D on nuclear safety and security engineering |
Notice type: | Contract Notice |
Authority: | The Department for Business, Energy and Industrial Strategy (BEIS) |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The contractor is expected to conduct research in the following areas: Focussing on activities to advance the UK’s safety engineering capability, review current UK licencing arrangements and develop proposals for future phases of work on incorporating security and safeguards into design activities, security modelling and C&I Safety. Specific outputs are: a)identify lessons learnt from recent GDA applications and recommend the activities needed to advance the UK’s safety and security engineering capability b)a detailed plan for developing the UK’s safety and security engineering capability in the following areas: i.Reactor Design for Security and Safeguards ii.Security Modelling and Simulation Assessment Methodologies iii.Advanced Safety Case Methodologies iv.Safety Centre of Excellence v.C&I Safety and Security Design Capability |
Published: | 03/11/2016 14:26 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Department of Business, Energy and Industrial Strategy
3 Whitehall Place, London, SW1A 2AW, United Kingdom
Email: innovation@decc.gsi.gov.uk
Contact: David Bramble
Main Address: www.delta-esourcing.com, Address of the buyer profile: https://www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Nuclear-safety-services./7AVD63N58N
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/7AVD63N58N to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: R&D on nuclear safety and security engineering
Reference Number: TRN 1210/09/2016(4)
II.1.2) Main CPV Code:
98113100 - Nuclear safety services.
RC08-2 - In nuclear technology
FB10-4 - For nuclear protection
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The contractor is expected to conduct research in the following areas:
Focussing on activities to advance the UK’s safety engineering capability, review current UK licencing arrangements and develop proposals for future phases of work on incorporating security and safeguards into design activities, security modelling and C&I Safety.
Specific outputs are:
a)identify lessons learnt from recent GDA applications and recommend the activities needed to advance the UK’s safety and security engineering capability
b)a detailed plan for developing the UK’s safety and security engineering capability in the following areas:
i.Reactor Design for Security and Safeguards
ii.Security Modelling and Simulation Assessment Methodologies
iii.Advanced Safety Case Methodologies
iv.Safety Centre of Excellence
v.C&I Safety and Security Design Capability
II.1.5) Estimated total value:
Value excluding VAT: 350,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be
based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
http://www.delta-esourcing.com/tenders/UK-title/7AVD63N58N
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: 350,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 11
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: For background information, the full specification and further information on this project please see the ITT attached.
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:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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 OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 16/12/2016 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:
Duration in month(s): 2
IV.2.7) Conditions for opening of tenders:
Date: 16/12/2016
Time: 12:01
Place:
BEIS
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Nuclear-safety-services./7AVD63N58N
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7AVD63N58N
VI.4) Procedures for review
VI.4.1) Review body:
Department of Business, Energy and Industrial Strategy
3 Whitehall Place, London, SW1A 2AW, United Kingdom
Email: innovation@decc.gsi.gov.uk
Internet address: https://www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 03/11/2016
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Department of Business, Energy and Industrial Strategy
3 Whitehall Place, London, SW1A 2AW, United Kingdom
Email: innovation@decc.gsi.gov.uk
Contact: David Bramble
Main Address: www.delta-esourcing.com, Address of the buyer profile: https://www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy
NUTS Code: UK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: R&D on nuclear safety and security engineering
Reference number: TRN 1210/09/2016(4)
II.1.2) Main CPV code:
98113100 - Nuclear safety services.
RC08-2 - In nuclear technology
FB10-4 - For nuclear protection
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The contractor is expected to conduct research in the following areas:
Focussing on activities to advance the UK’s safety engineering capability, review current UK licencing arrangements and develop proposals for future phases of work on incorporating security and safeguards into design activities, security modelling and C&I Safety.
Specific outputs are:
a)identify lessons learnt from recent GDA applications and recommend the activities needed to advance the UK’s safety and security engineering capability
b)a detailed plan for developing the UK’s safety and security engineering capability in the following areas:
i.Reactor Design for Security and Safeguards
ii.Security Modelling and Simulation Assessment Methodologies
iii.Advanced Safety Case Methodologies
iv.Safety Centre of Excellence
v.C&I Safety and Security Design Capability
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 343,883
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be
based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
http://www.delta-esourcing.com/tenders/UK-title/7AVD63N58N
II.2.5) Award criteria:
Not Provided
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.2.14) Additional information: For background information, the full specification and further information on this project please see the ITT attached.
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 16/02/2017
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 8
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Frazer-Nash Consultancy Limited
Devonport Royal Dockyard, DEVONPORT, PL1 4SG, United Kingdom
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 343,883
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=256408540
VI.4) Procedures for review
VI.4.1) Review body
Department of Business, Energy and Industrial Strategy
3 Whitehall Place, London, SW1A 2AW, United Kingdom
Email: innovation@decc.gsi.gov.uk
Internet address: https://www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 09/05/2017