Opportunity

Provision of Environmental and Conventional Health & Safety Services

  • Sellafield Ltd

F02: Contract notice

Notice reference: 2021/S 000-000163

Published 5 January 2021, 7:10pm



Section one: Contracting authority

one.1) Name and addresses

Sellafield Ltd

Calder Bridge

Seascale

CA20 1PG

Contact

Louise Corkhill

Email

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

https://www.gov.uk/government/case-studies/shared-services-alliance-ssa-for-nuclear-decommissioning-estate

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

http://www.justice.gov.uk

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

London

London

Country

United Kingdom

Internet address

http://www.justice.gov.uk

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.