Opportunity

Infrastructure Delivery Partnership (IDP)

  • Sellafield Limited

F02: Contract notice

Notice reference: 2023/S 000-004254

Published 10 February 2023, 4:21pm



The closing date and time has been changed to:

29 March 2023, 4:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Sellafield Limited

Calder Bridge

Seascale

CA20 1PG

Contact

Emma Miller And Darren Humes And Tim Smith

Email

emma.miller@sellafieldsites.com

Country

United Kingdom

NUTS code

UKD11 - West Cumbria

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.gov.uk/government/organisations/sellafield-ltd

Buyer's address

https://www.gov.uk/government/organisations/sellafield-ltd

one.3) Communication

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

https://one-nda.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://one-nda.force.com/s/Welcome

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

Infrastructure Delivery Partnership (IDP)

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

IDP will deliver conventional infrastructure projects and tasks. There are 4 Lots:

Lot 1 Strategic Partner: provision of strategic front-end definition, portfolio management and engineering to define a single viable option.

Delivery Partners will take the single viable option and complete detailed design and all procurement, installation, construction, commissioning and handover activities that form part of delivery.

Lot 2 Electrical Distribution Delivery Partner;

Lot 3 Utilities Delivery Partner;

Lot 4 Civils Delivery Partner.

Candidates may express an interest for either the Strategic Partner or the Delivery Partner Lots but not both. The maximum number of Lots a Candidate can ultimately win is one. An organisation with the same ultimate parent company can only bid as part of one entity, either singularly or as part of a Joint Venture / Consortia and the above restrictions will apply to each entity. For further information see the SQ Instructions paragraphs 2.4-2.8.

two.1.5) Estimated total value

Value excluding VAT: £3,440,000,000

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: 1

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

Sellafield Ltd's intention is to award a separate Contract in respect of each Lot. However, nothing will oblige Sellafield Ltd to award a Contract for any Lot or all Lots.

two.2) Description

two.2.1) Title

Lot 1 Strategic Partner

Lot No

1

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 51100000 - Installation services of electrical and mechanical equipment
  • 66140000 - Portfolio management services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 72224000 - Project management consultancy services
  • 79410000 - Business and management consultancy services
  • 79421000 - Project-management services other than for construction work
  • 79994000 - Contract administration services

two.2.3) Place of performance

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

Sellafield Site (West Cumbria)

two.2.4) Description of the procurement

The scope of the Strategic Partner is summarised below (further detailed information can be found in the procurement documentation):

• Provides strategic front-end definition

• Portfolio management of programmes, projects and tasks to maximise benefit

• Infrastructure planning (land, utilities, transport, accommodation) to inform and support the Sellafield Ltd Masterplan

• Undertakes feasibility studies and initial engineering design, this will require Delivery Partner and Sellafield Ltd subject matter expert input

• Undertakes benchmarking and should-cost modelling on costs and schedules

• Production of business cases.

• Provides input into commissioning strategies and embedding capabilities into business as usual

• Supports portfolio planning and optimisation

• Undertakes stakeholder engagement

• Sustainability - energy modelling, carbon analysis

• Data management controls, security, governance, retrievals and business continuity

• Drive innovation through the Portfolio

• Knowledge transfer - facilitation, LFE capture, dissemination, obtaining and complying with ISO44001 in the IDP environment

• Gathering, documenting and sharing pre-construction information

The value stated at II.1.5.1 is the upper value range for the lot, further information on the value ranges can be found in the procurement documentation. The value is for the maximum contract term of 180 months, this term consists of an initial term of 108 months (9 years) with an option to extend by a further 72 months (6 years) either in a single extension or multiple smaller extensions.

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: £495,000,000

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

Duration in months

180

This contract is subject to renewal

Yes

Description of renewals

The contract makes provision for extension or extensions of up to a total of 72 months (6 years) beyond the initial term of 108 months (9 years), giving a maximum contract term of 180 months

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

Maximum number: 3

Objective criteria for choosing the limited number of candidates:

As described in the procurement documentation, specifically the SQ Instructions, Appendix A1A.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

No candidate can compete for both the Strategic Partner lot and a Delivery Partner lot

two.2) Description

two.2.1) Title

Lot 2 Delivery Partner - Electrical Distribution

Lot No

2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 50000000 - Repair and maintenance services
  • 51100000 - Installation services of electrical and mechanical equipment
  • 66140000 - Portfolio management services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 72224000 - Project management consultancy services
  • 79410000 - Business and management consultancy services
  • 79421000 - Project-management services other than for construction work
  • 79994000 - Contract administration services

two.2.3) Place of performance

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

Sellafield Site (West Cumbria)

two.2.4) Description of the procurement

The Scope of the Electrical Distribution Delivery Partner includes the completion of detailed design and all procurement, installation, construction, commissioning and handover activities that form part of delivery. Typical Electrical Distribution Partner scope will include:

• Refurbishment or replacement of Distribution System Transformers

• Refurbishment or replacement of Electrical substations

• Refurbishment or replacement of Electrical Switchgear

• Replacement of distribution cabling and cable support structures

• Upgrade of site distribution Tele-control system

• Installation of additional standby generation capacity

• Upgrade or refurbishment of existing standby generating capacity

• Upgrade or refurbishment of existing generating capacity

• Installation of additional connection points to the National Grid

• Refurbishment of existing grid connections

• Major repair work to any of the above

• A programme of planned job and tasks

The value stated at II.1.5.1 is the upper value range for the lot, further information on the value ranges can be found in the procurement documentation. The value is for the maximum contract term of 180 months, this term consists of an initial term of 108 months (9 years) with an option to extend by a further 72 months (6 years) either in a single extension or multiple smaller extensions.

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: £1,290,000,000

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

Duration in months

180

This contract is subject to renewal

Yes

Description of renewals

The contract makes provision for extension or extensions of up to a total of 72 months (6 years) beyond the initial term of 108 months (9 years), giving a maximum contract term of 180 months.

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

Maximum number: 4

Objective criteria for choosing the limited number of candidates:

Further information can be found in the procurement documentation, specifically the SQ Instructions, Appendix A1B

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

No candidate can compete for both the Strategic Partner lot and a Delivery Partner lot

A candidate can compete for more than one Delivery Partner lot but cannot be awarded more than one Delivery Partner contract. A priority mechanism defining how Sellafield Ltd will deal with a situation where a tenderer wins more than one lot is set out in the procurement documents

two.2) Description

two.2.1) Title

Lot 3 Delivery Partner - Utilities

Lot No

3

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 50000000 - Repair and maintenance services
  • 51100000 - Installation services of electrical and mechanical equipment
  • 66140000 - Portfolio management services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 79410000 - Business and management consultancy services
  • 79421000 - Project-management services other than for construction work
  • 79994000 - Contract administration services

two.2.3) Place of performance

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

Sellafield Site (West Cumbria)

two.2.4) Description of the procurement

The Scope of the Utilities Delivery Partner includes the completion of detailed design and all procurement, installation, construction, commissioning and handover activities that form part of delivery. Typical Utilities Partner scope will include:

• Refurbishment or replacement of the on-site steam distribution system and support structures

• Refurbishment or replacement of the on-site water distribution system and support structures.

• Refurbishment or replacement of the off-site water supply and distribution system including the domestic water treatment plant and storage reservoirs

• Refurbishment of the demineralised water treatment and conditioning plant

• Refurbishment or replacement of the on-site compressed air generation and distribution system including support structures

• Refurbishment or replacement of the on-site bulk chemical storage tanks and associated equipment

• Refurbishment or replacement of the on-site chemical distribution system and support structures

• Improvements to rail and road tanker off-load facility

• Refurbishment or replacement of the sewage treatment plant

• A programme of planned job and tasks

The value stated at II.1.5.1 is the upper value range for the lot, further information on the value ranges can be found in the procurement documentation. The value is for the maximum contract term of 180 months, this term consists of an initial term of 108 months (9 years) with an option to extend by a further 72 months (6 years) either in a single extension or multiple smaller extensions.

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: £1,060,000,000

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

Duration in months

180

This contract is subject to renewal

Yes

Description of renewals

The contract makes provision for extension or extensions of up to a total of 72 months (6 years) beyond the initial term of 108 months (9 years), giving a maximum contract term of 180 months

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

Maximum number: 4

Objective criteria for choosing the limited number of candidates:

Further information can be found in the procurement documentation, specifically the SQ Instructions, Appendix A1B.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

No candidate can compete for both the Strategic Partner lot and a Delivery Partner lot

A candidate can compete for more than one Delivery Partner lot but cannot be awarded more than one Delivery Partner contract. A priority mechanism defining how Sellafield Ltd will deal with a situation where a tenderer wins more than one lot will be set out in the procurement documents.

two.2) Description

two.2.1) Title

Lot 4 Delivery Partner - Civils

Lot No

4

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 50000000 - Repair and maintenance services
  • 51100000 - Installation services of electrical and mechanical equipment
  • 66140000 - Portfolio management services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 72224000 - Project management consultancy services
  • 79410000 - Business and management consultancy services
  • 79421000 - Project-management services other than for construction work
  • 79994000 - Contract administration services

two.2.3) Place of performance

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

Sellafield Site (West Cumbria)

two.2.4) Description of the procurement

The Scope of the Civils Delivery Partner includes the completion of detailed design and all procurement, installation, construction, commissioning and handover activities that form part of delivery. Typical Civils Partner scope will include:

• General civils design and engineering

• Road Network including all earthworks slopes and retaining structures

• Rail Network including all earthworks slopes and retaining structures

• Highway, Rail and Pedestrian Bridges

• Service Bridges (pipes, cables and the like)

• Service Trenches

• Service Supports

• Below ground ducts including street works

• Foundations to equipment (electrical equipment, lighting and the like)

• Above ground service supports

• Hard standings for vehicles and mobile plant including car parks

• Hard and soft landscaping

• Retaining walls

• Security Fences, Turnstiles and Gates

• Other minor civils/structural work including utility supports

The value stated at II.1.5.1 is the upper value range for the lot, further information on the value ranges can be found in the procurement documentation. The value is for the maximum contract term of 180 months, this term consists of an initial term of 108 months (9 years) with an option to extend by a further 72 months (6 years) either in a single extension or multiple smaller extensions.

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: £595,000,000

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

Duration in months

180

This contract is subject to renewal

Yes

Description of renewals

The contract makes provision for extension or extensions of up to a total of 72 months (6 years) beyond the initial term of 108 months (9 years), giving a maximum contract term of 180 months

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

Maximum number: 4

Objective criteria for choosing the limited number of candidates:

Further information can be found in the procurement documentation, specifically the SQ Instructions, Appendix A1B.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

No candidate can compete for both the Strategic Partner lot and a Delivery Partner lot

A candidate can compete for more than one Delivery Partner lot but cannot be awarded more than one Delivery Partner contract. A priority mechanism defining how Sellafield Ltd will deal with a situation where a tenderer wins more than one lot will be set out in the procurement documents


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

In accordance with Regulations 57, 58 and 60 of the Public Contracts Regulations 2015, Candidates will be assessed in accordance with the Public Contract Regulations 2015, on the basis of information provided in response to the Selection Questionnaire (SQ) Instructions Appendix A1A or A1B.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Contract performance conditions may relate in particular to social and environmental considerations.

For full details for this and other performance conditions please refer to the tender documentation.

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

Competitive procedure with negotiation

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-033319

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

Originally published as:

Date

10 March 2023

Local time

4:00pm

Changed to:

Date

29 March 2023

Local time

4:00pm

See the change notice.

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

19 July 2023

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: 24 (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

Tenderers must register their interest, obtain further information for this contract and submit their tender response via the Nuclear Decommissioning Authority and Sellafield Ltd.'s E-procurement system, Atamis. This can be found at the following address:

https://one-nda.force.com/s/Welcome

Initial registration of your company is achieved by using the above site and then clicking on "Register Here". The Infrastructure Delivery Partnership (IDP) package can be found using reference: C8343 within Atamis.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.justice.gov.uk

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.justice.gov.uk

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

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.justice.gov.uk