Notice Information
Notice Title
STEP Engineering Partner and Construction Partner
Notice 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)
Lot Information
Engineering Partner (EP)
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.
Renewal: 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 PS10,000,000,000.
Construction PartnerThe 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.
Renewal: 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 PS10,000,000,000.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0361bf
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/025505-2024
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Competitive dialogue
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
66 - Financial and insurance services
71 - Architectural, construction, engineering and inspection services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
45200000 - Works for complete or part construction and civil engineering work
45213250 - Construction work for industrial buildings
45214610 - Laboratory building construction work
45220000 - Engineering works and construction works
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
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
71300000 - Engineering 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
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
Notice Value(s)
- Tender Value
- £20,000,000,000 Over £10B
- Lots Value
- £20,000,000,000 Over £10B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 12 Aug 20241 years ago
- Submission Deadline
- 12 Jul 2024Expired
- Future Notice Date
- 29 Apr 2023Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNITED KINGDOM ATOMIC ENERGY AUTHORITY
- Contact Name
- Sarah Palmer
- Contact Email
- procurement@step.ukaea.uk, sarah.palmer@ukaea.uk
- Contact Phone
- +44 1235467082
Buyer Location
- Locality
- ABINGDON
- Postcode
- OX14 3DB
- Post Town
- Oxford
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ1 Berkshire, Buckinghamshire and Oxfordshire
- Small Region (ITL 3)
- TLJ14 Oxfordshire CC
- Delivery Location
- Not specified
-
- Local Authority
- South Oxfordshire
- Electoral Ward
- Sandford & the Wittenhams
- Westminster Constituency
- Didcot and Wantage
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-0361bf-2024-08-12T17:19:07+01:00",
"date": "2024-08-12T17:19:07+01:00",
"ocid": "ocds-h6vhtk-0361bf",
"initiationType": "tender",
"tender": {
"id": "T-SP049-22 & T-SP050-22",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "STEP Engineering Partner and Construction Partner",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45220000",
"description": "Engineering works and construction works"
},
"mainProcurementCategory": "works",
"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)",
"value": {
"amount": 20000000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "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.",
"status": "active",
"title": "Engineering Partner (EP)",
"value": {
"amount": 10000000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "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 PS10,000,000,000."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "2",
"title": "Construction Partner",
"description": "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.",
"value": {
"amount": 10000000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "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 PS10,000,000,000."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "66519000",
"description": "Engineering, auxiliary, average, loss, actuarial and salvage insurance services"
},
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "71240000",
"description": "Architectural, engineering and planning services"
},
{
"scheme": "CPV",
"id": "71250000",
"description": "Architectural, engineering and surveying services"
},
{
"scheme": "CPV",
"id": "71310000",
"description": "Consultative engineering and construction services"
},
{
"scheme": "CPV",
"id": "71311000",
"description": "Civil engineering consultancy services"
},
{
"scheme": "CPV",
"id": "71312000",
"description": "Structural engineering consultancy services"
},
{
"scheme": "CPV",
"id": "71313000",
"description": "Environmental engineering consultancy services"
},
{
"scheme": "CPV",
"id": "71318000",
"description": "Advisory and consultative engineering services"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71321000",
"description": "Engineering design services for mechanical and electrical installations for buildings"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "71323000",
"description": "Engineering-design services for industrial process and production"
},
{
"scheme": "CPV",
"id": "71323200",
"description": "Plant engineering design services"
},
{
"scheme": "CPV",
"id": "71330000",
"description": "Miscellaneous engineering services"
},
{
"scheme": "CPV",
"id": "71333000",
"description": "Mechanical engineering services"
},
{
"scheme": "CPV",
"id": "71334000",
"description": "Mechanical and electrical engineering services"
},
{
"scheme": "CPV",
"id": "71336000",
"description": "Engineering support services"
},
{
"scheme": "CPV",
"id": "71337000",
"description": "Corrosion engineering services"
},
{
"scheme": "CPV",
"id": "71340000",
"description": "Integrated engineering services"
},
{
"scheme": "CPV",
"id": "71350000",
"description": "Engineering-related scientific and technical services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45213250",
"description": "Construction work for industrial buildings"
},
{
"scheme": "CPV",
"id": "45214610",
"description": "Laboratory building construction work"
},
{
"scheme": "CPV",
"id": "45222000",
"description": "Construction work for engineering works except bridges, tunnels, shafts and subways"
},
{
"scheme": "CPV",
"id": "45223000",
"description": "Structures construction work"
},
{
"scheme": "CPV",
"id": "45251000",
"description": "Construction works for power plants and heating plants"
},
{
"scheme": "CPV",
"id": "45251100",
"description": "Construction work for power plant"
},
{
"scheme": "CPV",
"id": "45251110",
"description": "Nuclear-power station construction work"
},
{
"scheme": "CPV",
"id": "45251111",
"description": "Construction work for nuclear reactors"
},
{
"scheme": "CPV",
"id": "45254200",
"description": "Construction work for manufacturing plant"
},
{
"scheme": "CPV",
"id": "71300000",
"description": "Engineering services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "71500000",
"description": "Construction-related services"
},
{
"scheme": "CPV",
"id": "71520000",
"description": "Construction supervision services"
},
{
"scheme": "CPV",
"id": "71521000",
"description": "Construction-site supervision services"
},
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
},
{
"scheme": "CPV",
"id": "71540000",
"description": "Construction management services"
},
{
"scheme": "CPV",
"id": "71541000",
"description": "Construction project management services"
},
{
"scheme": "CPV",
"id": "79418000",
"description": "Procurement consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "2"
}
],
"communication": {
"futureNoticeDate": "2023-04-30T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"newValue": {
"text": "We will shortly be commencing pre-market engagement for this opportunity. If you would like to express an interest in participating, please refer to the details within the attached document located in EU Supply via the link in this notice."
},
"where": {
"section": "II.14",
"label": "Short Description"
}
}
]
},
{
"id": "2",
"unstructuredChanges": [
{
"oldValue": {
"text": "Email address updated"
},
"newValue": {
"text": "procurement@step.ukaea.uk"
},
"where": {
"section": "1.A"
}
}
]
},
{
"id": "3",
"unstructuredChanges": [
{
"oldValue": {
"date": "2022-09-26T14:00:00+01:00"
},
"newValue": {
"date": "2023-09-30T17:00:00+01:00"
},
"where": {
"section": "Final",
"label": "Expression of Interest Date"
}
}
],
"description": "Date extended to September 2023 for Pre - Market Engagement."
},
{
"id": "4",
"description": "Revised Clarification Deadline now 2nd August 2024 at 1:00pm Revised SQ Deadline now 16th August 2024 at 1:00pm"
},
{
"id": "5",
"description": "SQ Response Deadline changed from 16/08/2024 at 1300hrs to 30/08/2024 at 1300hrs."
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 1,
"awardCriteriaDetails": "UKAEA will apply bid restrictions. Please see the SSP for further details."
},
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=81210&B=UKAEA",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Refer to Procurement Documents for information.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "Refer to Procurement Documents for information."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive dialogue",
"secondStage": {
"successiveReduction": true
},
"tenderPeriod": {
"endDate": "2024-07-12T13:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": false,
"reviewDetails": "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)."
},
"parties": [
{
"id": "GB-FTS-1212",
"name": "United Kingdom Atomic Energy Authority",
"identifier": {
"legalName": "United Kingdom Atomic Energy Authority",
"id": "N/A"
},
"address": {
"streetAddress": "Culham Science Centre",
"locality": "Abingdon",
"region": "UK",
"postalCode": "OX14 3DB",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Sarah Palmer",
"telephone": "+44 1235467082",
"email": "sarah.palmer@ukaea.uk",
"url": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=55832&B=UKAEA"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.gov.uk/government/organisations/uk-atomic-energy-authority",
"buyerProfile": "https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/72814",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"description": "Fusion Research"
}
]
}
},
{
"id": "GB-FTS-102343",
"name": "United Kingdom Atomic Energy Authority",
"identifier": {
"legalName": "United Kingdom Atomic Energy Authority",
"id": "N/A"
},
"address": {
"streetAddress": "Culham Campus",
"locality": "Abingdon",
"region": "UK",
"postalCode": "OX14 3DB",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "procurement@step.ukaea.uk",
"url": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=81210&B=UKAEA"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.gov.uk/government/organisations/uk-atomic-energy-authority",
"buyerProfile": "https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/72814",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"description": "Fusion Research"
}
]
}
},
{
"id": "GB-FTS-2714",
"name": "The High Court",
"identifier": {
"legalName": "The High Court"
},
"address": {
"streetAddress": "The Royal Courts of Justice",
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody",
"mediationBody",
"reviewContactPoint"
]
}
],
"buyer": {
"id": "GB-FTS-102343",
"name": "United Kingdom Atomic Energy Authority"
},
"language": "en",
"description": "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."
}