Construction Tenders

Wed July 17 2024

Related Information

Construction Contract Leads

United Kingdom

Category Works

Type

No. of Lots 2

Status Active

Published 22nd May 2024

Tender Details
Referenceocds-h6vhtk-0361bf
Common Procurement VocabularyEngineering works and construction works
Procurement MethodCompetitive dialogue
Value£20,000,000,000
« Previous Page

United Kingdom

Category Works

Type

No. of Lots 2

Status Active

Published 22nd May 2024

Tender Details
Referenceocds-h6vhtk-0361bf
Common Procurement VocabularyEngineering works and construction works
Procurement MethodCompetitive dialogue
Value£20,000,000,000

Section I: Contracting authority

I.1) Name and addresses

United Kingdom Atomic Energy Authority

Culham Campus

Abingdon

OX14 3DB

Email

procurement [at] step.ukaea.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

N/A

Internet address(es)

Main address

http://www.gov.uk/government/organisations/uk-atomic-energy-authority

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/72814

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=81210&B=UKAEA

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=81210&B=UKAEA

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other activity

Fusion Research


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

STEP Engineering Partner and Construction Partner

Reference number

T-SP049-22 & T-SP050-22

II.1.2) Main CPV code

  • 45220000 - Engineering works and construction works

II.1.3) Type of contract

Works

II.1.4) Short 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)

II.1.5) Estimated total value

Value excluding VAT: £20,000,000,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for one lot only

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

UKAEA will apply bid restrictions. Please see the SSP for further details.

II.2) Description

II.2.1) Title

Engineering Partner (EP)

Lot No

1

II.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 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
  • 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

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

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.

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: £10,000,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

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 £10,000,000,000.

II.2.10) Information about variants

Variants will be accepted: No

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) Description

II.2.1) Title

Construction Partner

Lot No

2

II.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 45213250 - Construction work for industrial buildings
  • 45214610 - Laboratory building construction work
  • 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
  • 71300000 - Engineering services
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 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

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

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.

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: £10,000,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

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 £10,000,000,000.

II.2.10) Information about variants

Variants will be accepted: No

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


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

Refer to Procurement Documents for information.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Refer to Procurement Documents for information.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive dialogue

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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: 2022/S 000-023363

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

12 July 2024

Local time

1:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

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.

VI.4) Procedures for review

VI.4.1) Review body

The High Court

The Royal Courts of Justice

London

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

The High Court

The Royal Courts of Justice

London

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

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).

VI.4.4) Service from which information about the review procedure may be obtained

The High Court

The Royal Courts of Justice

London

Country

United Kingdom