Opportunity

Integrated Asset Care

  • Sellafield Ltd

F02: Contract notice

Notice reference: 2021/S 000-001364

Published 22 January 2021, 3:40pm



Section one: Contracting authority

one.1) Name and addresses

Sellafield Ltd

West Cumbria House

Workington

CA14 4HB

Contact

Kevin Robertson

Email

Kevin.f.robertson@sellafieldsites.com

Telephone

+44 1946770611

Country

United Kingdom

NUTS code

UKD11 - West Cumbria

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=12994&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=12994&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

Integrated Asset Care

Reference number

12615

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

The Integrated Asset Care (IAC) framework will be a key delivery vehicle to provide core construction and asset care services to Sellafield Ltd. The scope of work will cover but will not be limited to the main disciplines of Civil, Mechanical and Electrical. These services will predominantly be delivered at the main Sellafield site; however, the IAC framework may also be required to deliver at alternative off site locations.

Previous publication(s) concerning this procedure;Prior Information Notice published, notice number in TED 2020/S 165-401547. Further detail can be found in CTM under reference 12397.

two.1.5) Estimated total value

Value excluding VAT: £250,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45100000 - Site preparation work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45220000 - Engineering works and construction works
  • 45260000 - Roof works and other special trade construction works
  • 45300000 - Building installation work
  • 45400000 - Building completion work
  • 50000000 - Repair and maintenance services
  • 50700000 - Repair and maintenance services of building installations
  • 71500000 - Construction-related services

two.2.3) Place of performance

NUTS codes
  • UKD11 - West Cumbria
Main site or place of performance

Sellafield Site

two.2.4) Description of the procurement

The IAC framework will provide core construction and asset care services to Sellafield Ltd. This will include the IAC framework provider being responsible for project implementation, including:

• Installation, modifications and commissioning of plant and equipment and

their dismantlement and removal;

• Asset care and support activities;

• Coordination and collaboration with existing Sellafield Ltd frameworks,

e.g. Design Service Alliance (DSA);

• Programmatic delivery;

• Integrated project controls and project management.

The scope of work will cover but will not be limited to the main disciplines of Civil, Mechanical and Electrical.

Further details can be found in Sellafield Ltd Complete Tender Management (CTM) system under reference 12615.

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: £250,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

There will be an optional 1 year extension at Sellafield Ltd discretion. The maximum 5 year term is justified by the investment required. This investment includes the costs associated with mobilisation and transition including; site establishment setup, recruitment and development of the resources (including apprentices) and technology implementation.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

As described in II2.7 there will be an optional 1 year extension at Sellafield Ltd discretion. The maximum term is 5 years.

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The Contract and associated performance conditions are included within the Procurement documents. Acceptance of the Terms & Conditions of Contract is a condition for the award of the Contract.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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 a single operator

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

26 February 2021

Local time

4:00pm

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: 18 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Framework Agreement will be a bespoke framework agreement which, inter alia, set outs the process for awarding call off contracts during the Term. There will be 2 forms of call off contract used, the NEC3 Engineering and Construction Contract (as amended by Sellafield Ltd) and the NEC3 Term Service Contract (as amended by Sellafield Ltd).

A copy of the Form of Contract shall be uploaded to CTM during the Selection Questionnaire response period. Notification will be issued through CTM once available.

The value which is stated at II.1.5, is based on the maximum 5 year term.

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

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.

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

Kevin Robertson

West Cumbria House

Workington

Email

kevin.f.robertson@sellafieldsites.com

Country

United Kingdom