The Department for Business, Energy and Industrial Strategy (BEIS) is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Technical advisers in relation to the development of new nuclear projects in the UK. |
Notice type: | Contract Notice |
Authority: | The Department for Business, Energy and Industrial Strategy (BEIS) |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | BEIS are seeking to appoint technical advisers in relation to the development of new nuclear projects in the UK. Nuclear power is a key element of the electricity mix in the UK and there are a number in the pipeline, including but not constrained to proposed new nuclear projects at Wylfa, Newydd and Moorside, being developed by Horizon and NuGen. The successful candidates will be able to demonstrate knowledge and understanding in relation to the •Challenges and solutions to developing large scale nuclear projects – including risk allocation, financing considerations and liability management. •Assessment of risk allocation and costs required to attract different financing sources. •Consideration of potential commercial structures to deliver risk allocation required to attract adequate investment within acceptable bounds from an energy consumer perspective. Please see the further information in this advertisement and also the accompanying ITT. |
Published: | 23/08/2017 12:22 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Department for Business, Energy and Industrial Strategy (BEIS)
Commercial Team, 2nd Floor, Abbey 1,, 1 Victoria Street,, London, SW1H 0ET, United Kingdom
Tel. +44 3000685307, Email: Paul.farthing@beis.gov.uk
Contact: Paul Farthing
Main Address: https://www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy,, 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:-Advisory-and-consultative-engineering-services./2873KHYNB8
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/2873KHYNB8 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: Technical advisers in relation to the development of new nuclear projects in the UK.
Reference Number: TRN1344/08/2017
II.1.2) Main CPV Code:
71318000 - Advisory and consultative engineering services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: BEIS are seeking to appoint technical advisers in relation to the development of new nuclear projects in the UK. Nuclear power is a key element of the electricity mix in the UK and there are a number in the pipeline, including but not constrained to proposed new nuclear projects at Wylfa, Newydd and Moorside, being developed by Horizon and NuGen.
The successful candidates will be able to demonstrate knowledge and understanding in relation to the
•Challenges and solutions to developing large scale nuclear projects – including risk allocation, financing considerations and liability management.
•Assessment of risk allocation and costs required to attract different financing sources.
•Consideration of potential commercial structures to deliver risk allocation required to attract adequate investment within acceptable bounds from an energy consumer perspective.
Please see the further information in this advertisement and also the accompanying ITT.
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
71311300 - Infrastructure works consultancy services.
71312000 - Structural engineering consultancy services.
71313000 - Environmental engineering consultancy services.
71530000 - Construction consultancy services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: BEIS are seeking to appoint technical advisers in relation to the development of new nuclear projects in the UK. Nuclear power is a key element of the electricity mix in the UK and there are a number in the pipeline, including but not constrained to proposed new nuclear projects at Wylfa, Newydd and Moorside, being developed by Horizon and NuGen.
The successful candidates will be able to demonstrate knowledge and understanding in relation to the
•Challenges and solutions to developing large scale nuclear projects – including risk allocation, financing considerations and liability management.
•Assessment of risk allocation and costs required to attract different financing sources.
•Consideration of potential commercial structures to deliver risk allocation required to attract adequate investment within acceptable bounds from an energy consumer perspective.
The requirement will be:
•Advice and analysis on proposed project costs.
•Advice and analysis on construction programmes.
•Contributing to policy development and evaluation.
•To conduct due diligence of the project in relation to construction and operation phase.
•Advice on scrutiny of operators’ FDP submissions and support to subsequent negotiations on the FDP suite of documentation.
•Advice on technology risks including assessment of previous projects where the technology has been used.
•Advice on regulatory issues, permits, licensing and planning conditions as well as site related issues.
•Advice regarding adequacy of contingencies, liquidated damages and advice on potential risks to budget and schedule.
•Liaise with the appointed financial adviser on technical assumptions used in the financial model.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
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: This procurement is for a 4 year contract, however we may need to extend this up to a further 12 months if there is slippage with this programme.
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: No
Section IV: Procedure
IV.1) Description OPEN
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: 22/09/2017 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): 6
IV.2.7) Conditions for opening of tenders:
Date: 22/09/2017
Time: 12:00
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 No
Electronic payment will be used No
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:-Advisory-and-consultative-engineering-services./2873KHYNB8
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2873KHYNB8
VI.4) Procedures for review
VI.4.1) Review body:
Department for Business, Energy and Industrial Strategy (BEIS)
Commercial Team, 2nd Floor, Abbey 1,, 1 Victoria Street, London, SW1H 0ET, United Kingdom
Tel. +44 3000685307, Email: Paul.farthing@beis.gov.uk
Internet address: 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: 23/08/2017
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Department for Business, Energy and Industrial Strategy (BEIS)
Commercial Team, 2nd Floor, Abbey 1,, 1 Victoria Street,, London, SW1H 0ET, United Kingdom
Tel. +44 3000685307, Email: Paul.farthing@beis.gov.uk
Contact: Paul Farthing
Main Address: https://www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy,, 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: Technical advisers in relation to the development of new nuclear projects in the UK.
Reference number: TRN1344/08/2017
II.1.2) Main CPV code:
71318000 - Advisory and consultative engineering services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: BEIS are seeking to appoint technical advisers in relation to the development of new nuclear projects in the UK. Nuclear power is a key element of the electricity mix in the UK and there are a number in the pipeline, including but not constrained to proposed new nuclear projects at Wylfa, Newydd and Moorside, being developed by Horizon and NuGen.
The successful candidates will be able to demonstrate knowledge and understanding in relation to the
•Challenges and solutions to developing large scale nuclear projects – including risk allocation, financing considerations and liability management.
•Assessment of risk allocation and costs required to attract different financing sources.
•Consideration of potential commercial structures to deliver risk allocation required to attract adequate investment within acceptable bounds from an energy consumer perspective.
Please see the further information in this advertisement and also the accompanying ITT.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 3,500,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
71311300 - Infrastructure works consultancy services.
71312000 - Structural engineering consultancy services.
71313000 - Environmental engineering consultancy services.
71530000 - Construction consultancy services.
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: See earlier description of the requirement.
II.2.5) Award criteria:
Cost criterion - Name: Experience/competency of project team / Weighting: 50
Cost criterion - Name: Demonstrate that you have the capacity to deliver the outputs required in the specification. / Weighting: 30
Cost criterion - Name: Price / Weighting: 20
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: This procurement is for a 4 year contract, however we may need to extend this up to a further 12 months if there is slippage with this programme.
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: 1
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: 20/12/2017
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 0 (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: 6
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Arup Corporate Finance Ltd
13 Fitzroy Street, London, W1T 8BQ, United Kingdom
Email: craig.forrest@arup.com
Internet address: https://www.arup.com/
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: 3,500,000
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=302584499
VI.4) Procedures for review
VI.4.1) Review body
Department for Business, Energy and Industrial Strategy (BEIS)
Commercial Team, 2nd Floor, Abbey 1,, 1 Victoria Street, London, SW1H 0ET, United Kingdom
Tel. +44 3000685307, Email: Paul.farthing@beis.gov.uk
Internet address: 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: 14/02/2018