Tender

H3AT Tritium Plant SDS Getter Beds

UNITED KINGDOM ATOMIC ENERGY AUTHORITY

This public procurement record has 2 releases in its history.

TenderUpdate

19 Apr 2024 at 15:19

Tender

17 Apr 2024 at 11:49

Summary of the contracting process

The United Kingdom Atomic Energy Authority (UKAEA) is seeking 7-off Depleted Uranium Getter Beds for the Hydrogen 3 Advanced Technology facility at Culham Campus. The procurement is in the services category under the classification of engineering services. The tender is at the selective stage with a tender deadline of 16th May 2024. UKAEA requires potential bidders from outside the UK to obtain necessary Export Control Licences before accessing technical documentation.

This tender by UKAEA presents an opportunity for businesses in the engineering services industry to supply specialized equipment. Companies capable of handling export control regulations and manufacturing complex engineering components are well-suited to compete. The contract period is 690 days, and there is a fixed price contract with potential additional reimbursable work. Bidders must adhere to strict submission terms and provide detailed compliance declarations regarding export control regulations.

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

H3AT Tritium Plant SDS Getter Beds

Notice Description

The United Kingdom Atomic Energy Authority (UKAEA) requires 7-off Depleted Uranium Getter Beds to be supplied into the Hydrogen 3 Advanced Technology facility at the Culham Campus. This includes design, manufacture, assembly, Factory Acceptance Testing, delivery, installation, Site Acceptance Testing and commissioning. This restricted procedure tender is subject to Export Control, and UKAEA needs to have the relevant Export Control Licence for any short listed bidder that is based outside of the UK before receipt of specified technical documents. Dependent upon the country in which the company is based, there may be a need to apply to the UK Export Control Joint Unit for the appropriate licence. Companies based outside of the UK must complete and sign the Bidder Export Control Regulations Compliance Declaration Form provided with the ITT. Failure to return this form with your Selection Questionnaire will result in an immediate fail.

Lot Information

Lot 1

The United Kingdom Atomic Energy Authority (UKAEA) requires 7-off Depleted Uranium Getter Beds to be supplied into the Hydrogen 3 Advanced Technology facility at UKAEA's Culham Campus. The requirement includes design, manufacture, assembly, Factory Acceptance Testing, delivery, installation, Site Acceptance Testing, and commissioning. Due to the nature of this Restricted Procedure tender in terms of the transfer of information, which is subject to Export Control, the UKAEA needs to have in place the relevant Export Control Licence for any short listed bidder that is based outside of the UK before receipt of specified technical documents. Dependent upon the country in which the company is based, as detailed within the Invitation to Tender (ITT), there may be a need to apply to the UK Export Control Joint Unit (ECJU) for the appropriate licence. Companies based outside of the UK are required to complete and sign the Bidder Export Control Regulations Compliance Declaration Form (BECRCDF), provided with the ITT. Failure to return this form, completed and signed, with your Selection Questionnaire will result in an immediate Fail. By signing the BECRCDF, shortlisted Suppliers accept that if they are invited to tender for this opportunity, UKAEA will confirm a date for application to the ECJU for the necessary appropriate licence and in the event that ECJU do not issue the necessary licence within 60 days of the application date that UKAEA reserves the right to remove the bidder from the Invitation to Tender Shortlist. The proposed form of contract is the NEC4 Engineering Construction Contract (ECC)) (option A), for a fixed price, which will include all aspects of the Scope of Works. There may also be the need for additional work not included in the Scope of Works which will be reimbursed, and bidders are asked to provide a schedule of rates. Bidders are also asked to provide rates for onward going maintenance support.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0452fb
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/012879-2024
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

09 - Petroleum products, fuel, electricity and other sources of energy

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

45 - Construction work

71 - Architectural, construction, engineering and inspection services


CPV Codes

09341000 - Uranium

09343000 - Radioactive materials

44610000 - Tanks, reservoirs, containers and pressure vessels

44615000 - Pressure vessels

44615100 - Steel pressure vessels

45255400 - Fabrication work

45262670 - Metalworking

45262680 - Welding

71300000 - Engineering services

71320000 - Engineering design services

71323000 - Engineering-design services for industrial process and production

Notice Value(s)

Tender Value
£1,200,000 £1M-£10M
Lots Value
£1,200,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
19 Apr 20241 years ago
Submission Deadline
16 May 2024Expired
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

Contracting Authority (Buyer)

Main Buyer
UNITED KINGDOM ATOMIC ENERGY AUTHORITY
Contact Name
Nicola Adams
Contact Email
nicola.adams@ukaea.uk
Contact Phone
Not specified

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
TLJ14 Oxfordshire CC

Local Authority
South Oxfordshire
Electoral Ward
Sandford & the Wittenhams
Westminster Constituency
Didcot and Wantage

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-h6vhtk-0452fb-2024-04-19T16:19:07+01:00",
    "date": "2024-04-19T16:19:07+01:00",
    "ocid": "ocds-h6vhtk-0452fb",
    "initiationType": "tender",
    "tender": {
        "id": "T/AA087/23",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "H3AT Tritium Plant SDS Getter Beds",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "71300000",
            "description": "Engineering services"
        },
        "mainProcurementCategory": "services",
        "description": "The United Kingdom Atomic Energy Authority (UKAEA) requires 7-off Depleted Uranium Getter Beds to be supplied into the Hydrogen 3 Advanced Technology facility at the Culham Campus. This includes design, manufacture, assembly, Factory Acceptance Testing, delivery, installation, Site Acceptance Testing and commissioning. This restricted procedure tender is subject to Export Control, and UKAEA needs to have the relevant Export Control Licence for any short listed bidder that is based outside of the UK before receipt of specified technical documents. Dependent upon the country in which the company is based, there may be a need to apply to the UK Export Control Joint Unit for the appropriate licence. Companies based outside of the UK must complete and sign the Bidder Export Control Regulations Compliance Declaration Form provided with the ITT. Failure to return this form with your Selection Questionnaire will result in an immediate fail.",
        "value": {
            "amount": 1200000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The United Kingdom Atomic Energy Authority (UKAEA) requires 7-off Depleted Uranium Getter Beds to be supplied into the Hydrogen 3 Advanced Technology facility at UKAEA's Culham Campus. The requirement includes design, manufacture, assembly, Factory Acceptance Testing, delivery, installation, Site Acceptance Testing, and commissioning. Due to the nature of this Restricted Procedure tender in terms of the transfer of information, which is subject to Export Control, the UKAEA needs to have in place the relevant Export Control Licence for any short listed bidder that is based outside of the UK before receipt of specified technical documents. Dependent upon the country in which the company is based, as detailed within the Invitation to Tender (ITT), there may be a need to apply to the UK Export Control Joint Unit (ECJU) for the appropriate licence. Companies based outside of the UK are required to complete and sign the Bidder Export Control Regulations Compliance Declaration Form (BECRCDF), provided with the ITT. Failure to return this form, completed and signed, with your Selection Questionnaire will result in an immediate Fail. By signing the BECRCDF, shortlisted Suppliers accept that if they are invited to tender for this opportunity, UKAEA will confirm a date for application to the ECJU for the necessary appropriate licence and in the event that ECJU do not issue the necessary licence within 60 days of the application date that UKAEA reserves the right to remove the bidder from the Invitation to Tender Shortlist. The proposed form of contract is the NEC4 Engineering Construction Contract (ECC)) (option A), for a fixed price, which will include all aspects of the Scope of Works. There may also be the need for additional work not included in the Scope of Works which will be reimbursed, and bidders are asked to provide a schedule of rates. Bidders are also asked to provide rates for onward going maintenance support.",
                "value": {
                    "amount": 1200000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 690
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "09341000",
                        "description": "Uranium"
                    },
                    {
                        "scheme": "CPV",
                        "id": "09343000",
                        "description": "Radioactive materials"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44615000",
                        "description": "Pressure vessels"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44615100",
                        "description": "Steel pressure vessels"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45255400",
                        "description": "Fabrication work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262670",
                        "description": "Metalworking"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44610000",
                        "description": "Tanks, reservoirs, containers and pressure vessels"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262680",
                        "description": "Welding"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71300000",
                        "description": "Engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71320000",
                        "description": "Engineering design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71323000",
                        "description": "Engineering-design services for industrial process and production"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ14"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=80516&B=UKAEA",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Refer to Procurement Documents for information.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Refer to Procurement Documents for information.",
                    "minimum": "Refer to Procurement Documents for information.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Refer to Procurement Documents for information.",
                    "minimum": "Refer to Procurement Documents for information.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "Refer to Procurement Documents for information."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "tenderPeriod": {
            "endDate": "2024-05-16T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2024-11-18T23:59:59Z"
            }
        },
        "hasRecurrence": false,
        "reviewDetails": "VI.4.2)Body responsible for mediation procedures VI.4.3)Review procedure Precise information on deadline(s) for review procedures: The authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the authority before a contract is entered into applicants have 2 working days from the notification of the award decision to request. Additional debriefing and that information have to be provided within a minimum of 3 working days before the expiry of the standstill period. Such additional information should be sought from the contact named in this notice. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2015 (SI 2015 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly. (generally within 3 months).",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2024-05-16T12:00:00+01:00"
                        },
                        "newValue": {
                            "date": "2024-05-20T12:00:00+01:00"
                        },
                        "where": {
                            "section": "Section IV",
                            "label": "Time Limit for receipt of tender or requests to participate"
                        }
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "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": "UKJ14",
                "postalCode": "OX14 3DB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Nicola Adams",
                "email": "nicola.adams@ukaea.uk",
                "url": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=80516&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-1213",
            "name": "UK Atomic Energy Authority",
            "identifier": {
                "legalName": "UK Atomic Energy Authority"
            },
            "address": {
                "streetAddress": "Culham Science Centre",
                "locality": "Abingdon",
                "postalCode": "OX14 3DB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "mediationBody",
                "reviewContactPoint"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/uk-atomic-energy-authority"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-102343",
        "name": "United Kingdom Atomic Energy Authority"
    },
    "language": "en"
}