The Department for Business, Energy and Industrial Strategy (BEIS): Management of the Nuclear Safeguards Programme

  The Department for Business, Energy and Industrial Strategy (BEIS) is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Management of the Nuclear Safeguards Programme
Notice type: Contract Notice
Authority: The Department for Business, Energy and Industrial Strategy (BEIS)
Nature of contract: Services
Procedure: Open
Short Description: BEIS are looking to procure management services for the Nuclear Safeguards Programme (NSP). The aim of this tender is to appoint a Supplier to manage the NSP on behalf of the Department. This is to ensure that the Department meets its obligations both to the International Atomic Energy Agency and under the Non Proliferation Treaty, as well as providing other support as required.
Published: 17/12/2020 18:42

View Full Notice

UK-London: Nuclear safety services.
Section I: Contracting Authority
      I.1) Name and addresses
             The Department for Business, Energy and Industrial Strategy (BEIS)
             1 Victoria Street, London, SW1H 0ET, United Kingdom
             Tel. +44 2072152967, Email: Lauren.kaur@beis.gov.uk
             Contact: Lauren Kaur
             Main Address: 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: https://www.delta-esourcing.com/respond/DJ5MZ7T9TB
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/DJ5MZ7T9TB 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: Management of the Nuclear Safeguards Programme       
      Reference Number: 4773/12/2020
      II.1.2) Main CPV Code:
      98113100 - Nuclear safety services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: BEIS are looking to procure management services for the Nuclear Safeguards Programme (NSP). The aim of this tender is to appoint a Supplier to manage the NSP on behalf of the Department. This is to ensure that the Department meets its obligations both to the International Atomic Energy Agency and under the Non Proliferation Treaty, as well as providing other support as required.       
      II.1.5) Estimated total value:
      Value excluding VAT: 9,750,000       
      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: BEIS is looking to appoint a supplier to undertake management services for the NSP to ensure tasks within the programme are conducted in a cost-effective manner and use technical and scientific expertise.  It is expected that the successful Supplier would have experience of the nuclear industry, including non-proliferation, and the nuclear fuel cycle in order to add value to the programmes delivery.

Examples of supplier activities may include, but are not limited to:
•Providing expertise/advice for the development of safeguards strategies in new and existing activities and plant in the nuclear fuel cycle;
•Providing services to support the International Atomic Energy Agency in analysing nuclear material arising from samples taken in safeguards inspections;
•Agreeing an annual programme of work with BEIS for the NSP; and
•Awarding contracts to sub-contractors and managing these contracts.
      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: 9,750,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: The Contract will be for an Initial Term of two years with the option to extend for a further two years. After the Initial Term, the Department reserve the right to terminate the Contract or amend the specific deliverables and budget in line with the needs of the policy and while remaining within the scope of the Specification in the ITT.
      
      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: The winning bidder must provide individual(s) with (or willing to undertake) either Security Check (SC) or Developed Vetting (DV) security clearance to manage the 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:          
      Supplier Project Manager appointed for this work to have Security Check (SC) or Developed Vetting (DV) security clearance in place within 3 months of the Effective Date.

Supplier to have obtained Cyber Essential Basic Certification (or equivalent) within 3 months of the contract Effective Date.    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      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    
      Selection criteria as stated in the procurement documents
      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          
      Execution of the service is reserved to a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Defence and Security Public Contract Regulations 2011 apply to this procurement.

It is expected that the successful Supplier would have experience of the nuclear industry, including non-proliferation, and the nuclear fuel cycle in order to add value to the programmes delivery.    
      III.2.2) Contract performance conditions       
      Contract performance will be measured using Service Levels. The specific Service Levels applicable to the Contract have been described in detail in the 'Specification' section of the ITT document.          
      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 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: 2020/S 212 - 520554       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 21/01/2021 Time: 23:55
            
      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): 4
      
      IV.2.7) Conditions for opening of tenders:
         Date: 22/01/2021
         Time: 09:00
      

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 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./DJ5MZ7T9TB

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/DJ5MZ7T9TB
   VI.4) Procedures for review
   VI.4.1) Review body:
             Technology and Construction Court
       7 Rolls Buildings, Fetter Lane, London, EC4A 1NL, United Kingdom
   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: 17/12/2020

Annex A


View any Notice Addenda

View Award Notice

UK-London: Nuclear safety services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       The Department for Business, Energy and Industrial Strategy (BEIS)
       1 Victoria Street, London, SW1H 0ET, United Kingdom
       Tel. +44 7730035473, Email: don.mclellan@beis.gov.uk
       Contact: Don McLellan
       Main Address: 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: Management of the Nuclear Safeguards Programme            
      Reference number: 4773/12/2020

      II.1.2) Main CPV code:
         98113100 - Nuclear safety services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: BEIS are looking to procure management services for the Nuclear Safeguards Programme (NSP). The aim of this tender is to appoint a Supplier to manage the NSP on behalf of the Department. This is to ensure that the Department meets its obligations both to the International Atomic Energy Agency and under the Non Proliferation Treaty, as well as providing other support as required.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 365,031
                  
         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: BEIS is looking to appoint a supplier to undertake management services for the NSP to ensure tasks within the programme are conducted in a cost-effective manner and use technical and scientific expertise.  It is expected that the successful Supplier would have experience of the nuclear industry, including non-proliferation, and the nuclear fuel cycle in order to add value to the programmes delivery.

Examples of supplier activities may include, but are not limited to:
•Providing expertise/advice for the development of safeguards strategies in new and existing activities and plant in the nuclear fuel cycle;
•Providing services to support the International Atomic Energy Agency in analysing nuclear material arising from samples taken in safeguards inspections;
•Agreeing an annual programme of work with BEIS for the NSP; and
•Awarding contracts to sub-contractors and managing these contracts.

      II.2.5) Award criteria:
      Quality criterion - Name: Understanding Requirements and Adding Value / Weighting: 15
      Quality criterion - Name: Delivery Plan / Weighting: 15
      Quality criterion - Name: Skills and Knowledge / Weighting: 15
      Quality criterion - Name: Health and Safety / Weighting: 5
      Quality criterion - Name: Social Value -Environmental / Weighting: 5
      Quality criterion - Name: Experience / Weighting: 15
                  
      Cost criterion - Name: Cost / Weighting: 30
            

      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: The winning bidder must provide individual(s) with (or willing to undertake) either Security Check (SC) or Developed Vetting (DV) security clearance to manage the 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
       Notice number in the OJEU: 2020/S 212-520554
      
   

   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: 09/03/2021

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             National Nuclear Laboratory Limited, 03857752
             5th Floor Chadwick House, Warrington Road, Birchwood Park, Warrington, WA3 6AE, 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: 365,031
         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=579627367

   VI.4) Procedures for review

      VI.4.1) Review body
          Technology and Construction Court
          7 Rolls Buildings, Fetter Lane, London, EC4A 1NL, United Kingdom

      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: 17/03/2021