Award

Provision of human factors technical support

HEALTH & SAFETY EXECUTIVE

This public procurement record has 1 release in its history.

Award

02 Jan 2020 at 11:40

Summary of the contracting process

The Health & Safety Executive is seeking to engage a contractor for the "Provision of human factors technical support" under the Technical Support Framework. This procurement process, classified under research and development services, is at the award stage, having been finalised on 31 October 2019. The contract is valued at £183,354.36 and covers a period from 1 November 2019 to 30 April 2021. Contract activities are centred in the United Kingdom, with potential delivery addresses extending to various British Overseas Territories and Europe.

This tender presents a significant opportunity for businesses specialising in human factors consultancy and inspection services, particularly those with expertise in safety systems and compliance evaluations. Companies that can demonstrate qualifiable expertise and experience in nuclear safety inspections, regulatory assessments, and compliance inspections will be well-positioned to compete. The selective procurement method indicates that only previously appointed Technical Support Contractors may participate, offering a focused arena for established firms to leverage their capabilities and grow within the regulated industry landscape.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Provision of human factors technical support

Notice Description

ONR is seeking to engage one of the Technical Support Contractors (TSC) appointed on Lot 2 of its Technical Support Framework. A high-level outline of the activities that may be required under each of these areas is provided below. It is important to note that these are given as an illustration of the types of HF support that may be requested during the call-off contract and are not intended to form a definitive list of activities required. Inspection Activities 1.2 Licence Compliance Inspection - Individual Licence Condition (LC) compliance is inspected through planned inspections, on a sample basis according to information derived from Safety Cases and other operational intelligence. These may be combined into themed inspections as detailed below, or be combined with inspections of other relevant statutory provisions. HF SQEPs can be required to support a variety of LC Compliance Inspections, most commonly Incidents on Site (LC7), Training (LC10), Operating Rules (LC23), Operating Instructions (LC24), Control and Supervision (LC 26), Safety Mechanisms (LC 27), Examination, Inspection, Maintenance and Testing EMIT (LC 28) and Organisational Capability (LC36). 1.3 Themed Compliance Inspections - LC compliance may be evaluated under the framework of an over-arching themed or cross-cutting inspection, particularly where a subject of regulatory interest reads across more than a single LC. Such inspections may be cross functional in nature, drawing upon Site Inspector and specialist resource where relevant. For example, HF SQEPs can be required to support Conduct of Operations, Organisational Learning and Engineering Governance inspections. 1.4 System Based Inspections (SBIs) - SBIs are an essential element of ONR's overall intervention strategy on a nuclear site and consist of a series of inspections which are intended to establish that the basic elements of a site/facility safety case as implemented in Safety Systems and Structures (SSS) are fit for purpose and that they will deliver their defined safety functional requirements. HF SQEPs can be required to provide HF support to a variety of SBIs on Safety Systems such as Reactor Post-Trip Systems, Data Processing Systems or Fuelling Machine and Decay Store. 1.5 For all Inspection activities the Technical Support Contractor (TSC) HF SQEP will be accompanied on site by an ONR Site Inspector, Project Inspector, Human Factors Inspector or other Specialist Inspector. The HF TSC will be expected to provide evidence, both verbally and in written form, to support inspection ratings and associated regulatory judgements. Assessment Activities 1.6 Before ONR can permission key activities, we assess licensee Safety Cases, on a sample basis, targeting the areas of greatest risks or where hazards are least well controlled, to ensure that the licensee has demonstrated that the risks arising from these activities are reduced So Far As Is Reasonably Practicable (SFAIRP).

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-9bf701b6-b424-4b89-9939-1c05fefb5c28
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/e73f0b88-abf8-497f-92d2-108a1d49e8f2
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Call-off from a framework agreement
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

73 - Research and development services and related consultancy services


CPV Codes

73000000 - Research and development services and related consultancy services

Notice Value(s)

Tender Value
£183,354 £100K-£500K
Lots Value
Not specified
Awards Value
£183,354 £100K-£500K
Contracts Value
Not specified

Notice Dates

Publication Date
2 Jan 20206 years ago
Submission Deadline
19 Sep 2019Expired
Future Notice Date
Not specified
Award Date
31 Oct 20196 years ago
Contract Period
1 Nov 2019 - 30 Apr 2021 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
HEALTH & SAFETY EXECUTIVE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BOOTLE
Postcode
L20 7HS
Post Town
Liverpool
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD7 Merseyside
Small Region (ITL 3)
TLD73 Sefton
Delivery Location
Not specified

Local Authority
Sefton
Electoral Ward
Linacre
Westminster Constituency
Bootle

Supplier Information

Number of Suppliers
1
Supplier Name

FRAZER-NASH CONSULTANCY

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-9bf701b6-b424-4b89-9939-1c05fefb5c28-2020-01-02T11:40:24Z",
    "date": "2020-01-02T11:40:24Z",
    "ocid": "ocds-b5fd17-9bf701b6-b424-4b89-9939-1c05fefb5c28",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "ONR417",
        "title": "Provision of human factors technical support",
        "description": "ONR is seeking to engage one of the Technical Support Contractors (TSC) appointed on Lot 2 of its Technical Support Framework. A high-level outline of the activities that may be required under each of these areas is provided below. It is important to note that these are given as an illustration of the types of HF support that may be requested during the call-off contract and are not intended to form a definitive list of activities required. Inspection Activities 1.2 Licence Compliance Inspection - Individual Licence Condition (LC) compliance is inspected through planned inspections, on a sample basis according to information derived from Safety Cases and other operational intelligence. These may be combined into themed inspections as detailed below, or be combined with inspections of other relevant statutory provisions. HF SQEPs can be required to support a variety of LC Compliance Inspections, most commonly Incidents on Site (LC7), Training (LC10), Operating Rules (LC23), Operating Instructions (LC24), Control and Supervision (LC 26), Safety Mechanisms (LC 27), Examination, Inspection, Maintenance and Testing EMIT (LC 28) and Organisational Capability (LC36). 1.3 Themed Compliance Inspections - LC compliance may be evaluated under the framework of an over-arching themed or cross-cutting inspection, particularly where a subject of regulatory interest reads across more than a single LC. Such inspections may be cross functional in nature, drawing upon Site Inspector and specialist resource where relevant. For example, HF SQEPs can be required to support Conduct of Operations, Organisational Learning and Engineering Governance inspections. 1.4 System Based Inspections (SBIs) - SBIs are an essential element of ONR's overall intervention strategy on a nuclear site and consist of a series of inspections which are intended to establish that the basic elements of a site/facility safety case as implemented in Safety Systems and Structures (SSS) are fit for purpose and that they will deliver their defined safety functional requirements. HF SQEPs can be required to provide HF support to a variety of SBIs on Safety Systems such as Reactor Post-Trip Systems, Data Processing Systems or Fuelling Machine and Decay Store. 1.5 For all Inspection activities the Technical Support Contractor (TSC) HF SQEP will be accompanied on site by an ONR Site Inspector, Project Inspector, Human Factors Inspector or other Specialist Inspector. The HF TSC will be expected to provide evidence, both verbally and in written form, to support inspection ratings and associated regulatory judgements. Assessment Activities 1.6 Before ONR can permission key activities, we assess licensee Safety Cases, on a sample basis, targeting the areas of greatest risks or where hazards are least well controlled, to ensure that the licensee has demonstrated that the risks arising from these activities are reduced So Far As Is Reasonably Practicable (SFAIRP).",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "73000000",
            "description": "Research and development services and related consultancy services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 183354.36,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Call-off from a framework agreement",
        "tenderPeriod": {
            "endDate": "2019-09-19T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2019-11-01T00:00:00Z",
            "endDate": "2021-04-30T23:59:59+01:00"
        },
        "suitability": {
            "sme": false,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/vpJD4jvD",
            "name": "Health & Safety Executive",
            "identifier": {
                "legalName": "Health & Safety Executive",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/vpJD4jvD"
            },
            "address": {
                "streetAddress": "Redgrave Court, Merton Road",
                "locality": "BOOTLE",
                "postalCode": "L207HS",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "tenders@hse.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-133720",
            "name": "Frazer-Nash Consultancy Ltd",
            "identifier": {
                "legalName": "Frazer-Nash Consultancy Ltd"
            },
            "address": {
                "streetAddress": "5th Floor, Malt Buildings Wilderspool Business Park Greenalls Avenue Warrington WA4 6HL"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/vpJD4jvD",
        "name": "Health & Safety Executive"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-9bf701b6-b424-4b89-9939-1c05fefb5c28-1",
            "status": "active",
            "date": "2019-10-31T00:00:00Z",
            "datePublished": "2020-01-02T11:40:24Z",
            "value": {
                "amount": 183354.36,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-133720",
                    "name": "Frazer-Nash Consultancy Ltd"
                }
            ],
            "contractPeriod": {
                "startDate": "2019-11-01T00:00:00Z",
                "endDate": "2021-04-30T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/e73f0b88-abf8-497f-92d2-108a1d49e8f2",
                    "datePublished": "2020-01-02T11:40:24Z",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "2",
                    "documentType": "contractSchedule",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/a7c56e35-6b4f-414b-a75d-15516339b465",
                    "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
                },
                {
                    "id": "3",
                    "documentType": "contractSchedule",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/b7e1444c-856a-4619-ac14-c65f95c7ddaf",
                    "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
                },
                {
                    "id": "4",
                    "documentType": "contractSchedule",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/f84a0a03-4bf8-4f20-8982-65f90fa48b86",
                    "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
                },
                {
                    "id": "5",
                    "documentType": "contractSchedule",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/bd2d668f-b1c2-4071-8874-0f11e7d750da",
                    "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
                }
            ]
        }
    ]
}