Section one: Contracting authority
one.1) Name and addresses
Sellafield Ltd
Calder Bridge
Seascale
CA20 1PG
Contact
Louise Corkhill
louise.a.corkhill@sellafieldsites.com
Telephone
+44 1946781178
Country
United Kingdom
NUTS code
UKD - NORTH WEST (ENGLAND)
National registration number
01002607
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13242&B=SELLAFIELD
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13242&B=SELLAFIELD
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Nuclear Decommissioning
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Environmental and Conventional Health & Safety Services
Reference number
05012021LAC
two.1.2) Main CPV code
- 90721000 - Environmental safety services
two.1.3) Type of contract
Services
two.1.4) Short description
Lot 1: Environmental Services Lot 2: Conventional Health & Safety Services
two.1.5) Estimated total value
Value excluding VAT: £5,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Environmental Services
Lot No
1
two.2.2) Additional CPV code(s)
- 80540000 - Environmental training services
- 90700000 - Environmental services
- 90711000 - Environmental impact assessment other than for construction
- 90711200 - Environmental standards other than for construction
- 90711300 - Environmental indicators analysis other than for construction
- 90711400 - Environmental Impact Assessment (EIA) services other than for construction
- 90711500 - Environmental monitoring other than for construction
- 90713000 - Environmental issues consultancy services
- 90714100 - Environmental information systems
two.2.3) Place of performance
NUTS codes
- UKD - NORTH WEST (ENGLAND)
- UK - UNITED KINGDOM
Main site or place of performance
Cumbria
two.2.4) Description of the procurement
Lot 1: Environmental Services
Lot 1: Environmental Services
Support may be required at Sellafield for the delivery of Environmental services.
The provision of technical support services to augment Sellafield Ltd.’s own
technical support teams, to deliver advice and guidance in accordance with
relevant legal and regulatory requirements, Sellafield Ltd.’s Site Licence
Conditions, policies, procedures and working practices.
The tenderer may choose to sub-contract any part or parts of the work to any
II.2)
II.2.1)
II.2.2)
II.2.3)
II.2.4)
other party (including associate, subsidiary or parent organisations) this should
be declared, and the relevant details provided as and when requested.
Sellafield Ltd require a minimum of three years proven experience conducting
the type or worked detailed in the Work Package. This work must be on
industrial premises of a similar size to that detailed in the. Work Package.
For each work package there may be a range of tasks associated with the
production of one or a suite of defined deliverables. These could include, but not
be limited to, any of the following:
Group A: Development and application of modelling codes and numerical
analysis
Group B: Environmental monitoring
Group C: Regulatory compliance and improvement
Group D: Legislation review, training and technical support
Group E: Site characterisation
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
27 July 2021
End date
26 July 2025
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Top 6 scoring candidates at SQ Stage as advised in the procurement documentation.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Conventional Health & Safety Services
Lot No
2
two.2.2) Additional CPV code(s)
- 71317200 - Health and safety services
- 71317210 - Health and safety consultancy services
- 79417000 - Safety consultancy services
- 80550000 - Safety training services
- 90721000 - Environmental safety services
two.2.3) Place of performance
NUTS codes
- UKD - NORTH WEST (ENGLAND)
- UK - UNITED KINGDOM
Main site or place of performance
Cumbria
two.2.4) Description of the procurement
Scope Lot 2: Safety Services
Lot 2 relates to the provision of technical support services in the area of Safety
Services for Sellafield Ltd. This service augments Sellafield Ltd.’s own technical
support teams, to deliver advice and guidance in accordance with relevant legal
and regulatory requirements for each specific subject matter, for example for
Legionella in compliance with the Control of Substances Hazardous to Health
Regulations 2002 and Approved Code of Practice L8.
For each Work Package there may be a range of tasks associated with the
production of one or a suite of defined deliverables. This may result in a
Sellafield Task Request being issued as part of the Work Package for all/some
of the required work. The Task Request will be specified by Sellafield Ltd
personnel and include a detailed scope of work, this will be agreed before any
work is started. All constraints, and Exclusions will be agreed during the scoping
of the task.
These could include, but not be limited to, any of the following:
II.3)
IV.1)
IV.1.8)
IV.2)
VI.3)
Group A: Occupational Hygiene
Group B: Chemical Safety
Group C: Conventional Safety
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
27 July 2021
End date
26 July 2025
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Top 6 scoring candidates at SQ Stage as advised in the procurement documentation
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 4
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 February 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
23 March 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand
London
London
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand
London
London
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures:
Any appeals should be promptly brought to the attention of the contact specified in Section I above, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescales specified by the applicable law, including without limitation, the Public Contracts Regulations 2015. In accordance with the Public Contracts Regulations 2015, the Contracting Authority will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.