Notice Information
Notice Title
Small Modular Reactor Technology Partner
Notice Description
The Government is committed to a programme of new nuclear projects beyond Sizewell C, giving industry and investors the confidence they need to deliver projects at speed. Great British Nuclear (GBN) was launched to lead delivery of a programme of new nuclear projects. The first priority for GBN is to launch a competitive process to select small modular reactor (SMR) Technology Partners, which shall be the subject of this Procurement. GBN is seeking Technology Partners that will provide design, development, manufacturing, supply, installation and commissioning of various products, equipment or services related to the key plant required for SMR nuclear generation, including but not limited to reactor, steam generation, turbine, electrical generation, as well as the integrated design of these component parts. The Technology Partner will be responsible for delivery to site of a designed and tested solution, a complete set of interface specifications, and installation and commissioning of the solution. GBN reserves the right to reduce the scope of the key plant components based on value for money and management of risk. GBN intends to establish Project Development Company(s) (Project Devco), which will provide developer capabilities. The Technology Partner will be responsible for joint working with a Project Devco to connect and test interfacing equipment, complete integrated system testing and complete final commissioning and handover. Subject to affordability, GBN reserves the right to make up to four awards. However, GBN reserves the right to award three, two or only one contract(s) to Technology Partner(s), or not to make any award at all. The decision in relation to how many Technology Partners will be awarded contracts will be taken having regard to the quality of tenders, as well as affordability and value for money considerations. GBN also reserves the right to appoint one or more Applicants as reserve contractors. The terms of the contract awarded to a reserve contractor would be provided in the invitation to submit initial tender (ISIT) documentation. It should be noted that GBN reserves the right not to include provision for a reserve contractor within the ISIT or not to appoint a reserve contractor. Where required, GBN proposes to make co-funding available to the selected Technology Partner(s) through a Co-Funding Agreement. GBN presently anticipates providing up to 50% funding on commercial terms via the Co-Funding Agreement to support Technology Partners to develop their Generic Design Solution for Final Investment Decision (FID) by 2029. Details of the funding and constraints will be provided in the ISIT documentation. Additionally, GBN intends to award a two-stage contract for Technology Partners for the provision of their Site Specific Design Solution, with the first stage being design and the second stage being the supply. The second stage is conditional upon the exercise of an option by GBN. GBN reserves the right to exercise this option for manufacture and supply, installation and commissioning subject to satisfactory delivery against agreed milestones and achievement of FID. GBN will make available Site Specific Design Solution development costs. The Supply Phase i.e. the period from FID to Commercial Operation Date (COD) for a first of a kind (FOAK) project in the UK will include the manufacture, supply, installation and commissioning of the Supply Works on a value-for-money basis by the Technology Partner and provision of fuel assemblies and supporting maintenance services up to and including first refuelling outage. GBN reserves the right to require Technology Partners to adopt specific supply solutions. The estimated total value is indicative only and is based upon GBN's current understanding of the market, the potential costs of technology yet to be developed and prior to the conduct of the competitive procurement process.
Lot Information
Lot 1
The Procurement Process will take the form of a Competitive Procedure with Negotiation and will be conducted in accordance with Regulation 29 of the PCR 2015. In accordance with the Public Services (Social Value) Act 2012, GBN must consider (a) how what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions, and (b) how in conducting the process of procurement it might act with a view to securing that improvement. Accordingly, GBN has taken this into account when designing the procurement. The Procurement Process includes a qualification stage which will be evaluated on a pass / fail basis. Applicants who pass the qualification stage will be invited to submit an Initial Tender response which will be evaluated in accordance with criteria stated in the procurement documentation. In accordance with Regulation 29(15) GBN reserves the right to award based on Initial Tenders without negotiation. GBN reserves the right to down-select following evaluation of Initial Tenders and to exclude Applicants who do not meet the minimum standard specified within the award criteria outlined within the procurement documents. In the event GBN intends to down-select, in accordance with Regulation 29 (12) of PCR 2015, up to the four (4) highest scoring Applicants following evaluation of Initial Tenders will be invited to negotiate. Following negotiation Applicants will be invited to submit a final tender stating their Best and Final Offer (BAFO). GBN reserves the right to undertake successive negotiations prior to requiring applicants to submit BAFOs. BAFOs will be scored and ranked, with contracts awarded in order to the Most Economically Advantageous Tender. Further details in relation to the procurement process are set out in the procurement documents. GBN intends to award two-stage contracts to Technology Partners for the development of their Site Specific Design Solution with an option to request the supply and installation for the aforementioned key elements of a new UK programme of SMRs. GBN reserves the right to exercise the option for manufacture and supply subject to satisfactory delivery against agreed milestones and achievement of FID. Where Technology Partners require funding to develop their Generic Design Solution for FID by 2029, GBN proposes to make co-funding available to the selected Technology Partner(s) through a Co-Funding Agreement to be entered into with either the Technology Partner or its parent company depending on the nature of the agreed co-funding. Potential Technology Partners are not obliged to accept GBN co-funding. Potential Applicants are advised the estimated total value does not include provision of subsequent orders or the nth of a kind (NOAK). Additional information: GBN is seeking site agnostic technology which may be deployed across multiple sites with varying ground conditions and cooling options. At a minimum, this should encompass all sites currently identified for nuclear deployment in the 2011 National Policy Statement for Nuclear Power Generation (EN-6). For the successful Technology Partners GBN will specify a site for each Technology Partner.
Options: Manufacture and supply of the technology developed by the Technology Partner for a First of a Kind project within the UK as detailed in the Project Information Document. GBN reserves the right to exercise this Option subject to satisfactory delivery against agreed milestones and achievement of FID.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03e2f8
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/020640-2023
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
09 - Petroleum products, fuel, electricity and other sources of energy
35 - Security, fire-fighting, police and defence equipment
42 - Industrial machinery
45 - Construction work
71 - Architectural, construction, engineering and inspection services
98 - Other community, social and personal services
-
- CPV Codes
09300000 - Electricity, heating, solar and nuclear energy
09310000 - Electricity
09340000 - Nuclear fuels
09343000 - Radioactive materials
35113110 - Nuclear-reactor protection system
42150000 - Nuclear reactors and parts
42151000 - Nuclear reactors
42152000 - Parts of nuclear reactors
42152100 - Reactor-cooling systems
42152200 - Parts of nuclear-reactor vessels
45251100 - Construction work for power plant
45251110 - Nuclear-power station construction work
45251111 - Construction work for nuclear reactors
71311100 - Civil engineering support services
71322000 - Engineering design services for the construction of civil engineering works
98113100 - Nuclear safety 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
- 18 Jul 20232 years ago
- Submission Deadline
- 23 Aug 2023Expired
- Future Notice Date
- Not specified
- 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
- GREAT BRITISH NUCLEAR ("GBN")
- Contact Name
- Not specified
- Contact Email
- supplychain@gbnuclear.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- N/A
- Post Town
- Not specified
- Country
- Not specified
-
- Major Region (ITL 1)
- Not specified
- Basic Region (ITL 2)
- Not specified
- Small Region (ITL 3)
- Not specified
- Delivery Location
- Not specified
-
- Local Authority
- Not specified
- Electoral Ward
- Not specified
- Westminster Constituency
- Not specified
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-03e2f8-2023-07-18T13:00:15+01:00",
"date": "2023-07-18T13:00:15+01:00",
"ocid": "ocds-h6vhtk-03e2f8",
"description": "If you wish to participate and view the Procurement documentation, please register on the Jaggaer eSourcing Portal. The Procurement documentation will be made available to Applicants on 24 July 2023 on completion and return of a signed NDA. The NDA template may be obtained at: https://beisgroup.ukp.app.jaggaer.com/ Following registration, potential Applicants are requested to read the Project Information Document and to respond to the Selection Questionnaire by 16:00 BST 23/08/2023. All queries should be submitted via the Jaggaer eSourcing Portal. GBN will not contact Applicants through any other route. Tenders or requests to participate must be submitted electronically via: https://beisgroup.ukp.app.jaggaer.com/ GBN is not committed to any course of action as a result of this notice. It is not liable for any costs incurred including in respect of expressing an interest or in tendering for this opportunity. GBN reserves the right to abandon or terminate the procurement (or any part of it) at its own discretion. Important note: This Contract Notice must be read in full. Suppliers are reminded that participation in this procurement will be subject to the terms and conditions set out in the procurement documents and the Jaggaer eSourcing Portal. Great British Nuclear is a trading name of British Nuclear Fuels Limited, a company registered in England and Wales with registered number: 05027024. Registered office address: 1 Victoria Street, London, England, SW1H 0ET.",
"initiationType": "tender",
"tender": {
"id": "prj_2120",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Small Modular Reactor Technology Partner",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "42151000",
"description": "Nuclear reactors"
},
"mainProcurementCategory": "goods",
"description": "The Government is committed to a programme of new nuclear projects beyond Sizewell C, giving industry and investors the confidence they need to deliver projects at speed. Great British Nuclear (GBN) was launched to lead delivery of a programme of new nuclear projects. The first priority for GBN is to launch a competitive process to select small modular reactor (SMR) Technology Partners, which shall be the subject of this Procurement. GBN is seeking Technology Partners that will provide design, development, manufacturing, supply, installation and commissioning of various products, equipment or services related to the key plant required for SMR nuclear generation, including but not limited to reactor, steam generation, turbine, electrical generation, as well as the integrated design of these component parts. The Technology Partner will be responsible for delivery to site of a designed and tested solution, a complete set of interface specifications, and installation and commissioning of the solution. GBN reserves the right to reduce the scope of the key plant components based on value for money and management of risk. GBN intends to establish Project Development Company(s) (Project Devco), which will provide developer capabilities. The Technology Partner will be responsible for joint working with a Project Devco to connect and test interfacing equipment, complete integrated system testing and complete final commissioning and handover. Subject to affordability, GBN reserves the right to make up to four awards. However, GBN reserves the right to award three, two or only one contract(s) to Technology Partner(s), or not to make any award at all. The decision in relation to how many Technology Partners will be awarded contracts will be taken having regard to the quality of tenders, as well as affordability and value for money considerations. GBN also reserves the right to appoint one or more Applicants as reserve contractors. The terms of the contract awarded to a reserve contractor would be provided in the invitation to submit initial tender (ISIT) documentation. It should be noted that GBN reserves the right not to include provision for a reserve contractor within the ISIT or not to appoint a reserve contractor. Where required, GBN proposes to make co-funding available to the selected Technology Partner(s) through a Co-Funding Agreement. GBN presently anticipates providing up to 50% funding on commercial terms via the Co-Funding Agreement to support Technology Partners to develop their Generic Design Solution for Final Investment Decision (FID) by 2029. Details of the funding and constraints will be provided in the ISIT documentation. Additionally, GBN intends to award a two-stage contract for Technology Partners for the provision of their Site Specific Design Solution, with the first stage being design and the second stage being the supply. The second stage is conditional upon the exercise of an option by GBN. GBN reserves the right to exercise this option for manufacture and supply, installation and commissioning subject to satisfactory delivery against agreed milestones and achievement of FID. GBN will make available Site Specific Design Solution development costs. The Supply Phase i.e. the period from FID to Commercial Operation Date (COD) for a first of a kind (FOAK) project in the UK will include the manufacture, supply, installation and commissioning of the Supply Works on a value-for-money basis by the Technology Partner and provision of fuel assemblies and supporting maintenance services up to and including first refuelling outage. GBN reserves the right to require Technology Partners to adopt specific supply solutions. The estimated total value is indicative only and is based upon GBN's current understanding of the market, the potential costs of technology yet to be developed and prior to the conduct of the competitive procurement process.",
"value": {
"amount": 20000000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Procurement Process will take the form of a Competitive Procedure with Negotiation and will be conducted in accordance with Regulation 29 of the PCR 2015. In accordance with the Public Services (Social Value) Act 2012, GBN must consider (a) how what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions, and (b) how in conducting the process of procurement it might act with a view to securing that improvement. Accordingly, GBN has taken this into account when designing the procurement. The Procurement Process includes a qualification stage which will be evaluated on a pass / fail basis. Applicants who pass the qualification stage will be invited to submit an Initial Tender response which will be evaluated in accordance with criteria stated in the procurement documentation. In accordance with Regulation 29(15) GBN reserves the right to award based on Initial Tenders without negotiation. GBN reserves the right to down-select following evaluation of Initial Tenders and to exclude Applicants who do not meet the minimum standard specified within the award criteria outlined within the procurement documents. In the event GBN intends to down-select, in accordance with Regulation 29 (12) of PCR 2015, up to the four (4) highest scoring Applicants following evaluation of Initial Tenders will be invited to negotiate. Following negotiation Applicants will be invited to submit a final tender stating their Best and Final Offer (BAFO). GBN reserves the right to undertake successive negotiations prior to requiring applicants to submit BAFOs. BAFOs will be scored and ranked, with contracts awarded in order to the Most Economically Advantageous Tender. Further details in relation to the procurement process are set out in the procurement documents. GBN intends to award two-stage contracts to Technology Partners for the development of their Site Specific Design Solution with an option to request the supply and installation for the aforementioned key elements of a new UK programme of SMRs. GBN reserves the right to exercise the option for manufacture and supply subject to satisfactory delivery against agreed milestones and achievement of FID. Where Technology Partners require funding to develop their Generic Design Solution for FID by 2029, GBN proposes to make co-funding available to the selected Technology Partner(s) through a Co-Funding Agreement to be entered into with either the Technology Partner or its parent company depending on the nature of the agreed co-funding. Potential Technology Partners are not obliged to accept GBN co-funding. Potential Applicants are advised the estimated total value does not include provision of subsequent orders or the nth of a kind (NOAK). Additional information: GBN is seeking site agnostic technology which may be deployed across multiple sites with varying ground conditions and cooling options. At a minimum, this should encompass all sites currently identified for nuclear deployment in the 2011 National Policy Statement for Nuclear Power Generation (EN-6). For the successful Technology Partners GBN will specify a site for each Technology Partner.",
"value": {
"amount": 20000000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 5580
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "allowed"
},
"hasOptions": true,
"options": {
"description": "Manufacture and supply of the technology developed by the Technology Partner for a First of a Kind project within the UK as detailed in the Project Information Document. GBN reserves the right to exercise this Option subject to satisfactory delivery against agreed milestones and achievement of FID."
},
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "09300000",
"description": "Electricity, heating, solar and nuclear energy"
},
{
"scheme": "CPV",
"id": "09310000",
"description": "Electricity"
},
{
"scheme": "CPV",
"id": "09340000",
"description": "Nuclear fuels"
},
{
"scheme": "CPV",
"id": "09343000",
"description": "Radioactive materials"
},
{
"scheme": "CPV",
"id": "35113110",
"description": "Nuclear-reactor protection system"
},
{
"scheme": "CPV",
"id": "42150000",
"description": "Nuclear reactors and parts"
},
{
"scheme": "CPV",
"id": "42151000",
"description": "Nuclear reactors"
},
{
"scheme": "CPV",
"id": "42152000",
"description": "Parts of nuclear reactors"
},
{
"scheme": "CPV",
"id": "42152100",
"description": "Reactor-cooling systems"
},
{
"scheme": "CPV",
"id": "42152200",
"description": "Parts of nuclear-reactor vessels"
},
{
"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": "71311100",
"description": "Civil engineering support services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "98113100",
"description": "Nuclear safety services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://beisgroup.ukp.app.jaggaer.com/",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Selection criteria as stated in the procurement documents",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "Contract performance conditions as stated in the procurement documents.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"secondStage": {
"noNegotiationNecessary": true
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-08-23T16:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 360
}
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-87532",
"name": "Great British Nuclear (\"GBN\")",
"identifier": {
"legalName": "Great British Nuclear (\"GBN\")"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "supplychain@gbnuclear.gov.uk",
"url": "https://beisgroup.ukp.app.jaggaer.com/ Please refer to section VI.3 Additional Information for further information regarding how to access the procurement documentation"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/great-british-nuclear",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-87533",
"name": "High Court of Justice",
"identifier": {
"legalName": "High Court of Justice"
},
"address": {
"streetAddress": "The Royal Court of Justice, The Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-87532",
"name": "Great British Nuclear (\"GBN\")"
},
"language": "en"
}