Planning

PIN - Provision of Inspection and Quality Assurance Services

  • CTM Portal for the NDA Shared Services Alliance
  • CTM Portal for the NDA Shared Services Alliance

F01: Prior information notice (prior information only)

Notice identifier: 2022/S 000-016268

Procurement identifier (OCID): ocds-h6vhtk-034631

Published 14 June 2022, 1:01pm



Section one: Contracting authority

one.1) Name and addresses

CTM Portal for the NDA Shared Services Alliance

Calder Bridge

Seascale

CA20 1PG

Contact

Kenneth Webster

Email

kenneth.webster@sellafieldsites.com

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

01002607

Internet address(es)

Main address

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

Buyer's address

https://sharedsystems.eu-supply.com/ctm/Company/CompanyInformation/Index/3510

one.1) Name and addresses

CTM Portal for the NDA Shared Services Alliance

Calder Bridge

Seascale

CA20 1PG

Contact

Charlie Loveday

Email

charles.loveday@sellafieldsites.com

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

01002607

Internet address(es)

Main address

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

Buyer's address

https://sharedsystems.eu-supply.com/ctm/Company/CompanyInformation/Index/3510

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

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

https://sharedsystems.eu-supply.com/login.asp?B=SELLAFIELD

Additional information can be obtained from 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

PIN - Provision of Inspection and Quality Assurance Services

Reference number

7474

two.1.2) Main CPV code

  • 71630000 - Technical inspection and testing services

two.1.3) Type of contract

Services

two.1.4) Short description

This prior Information notice without call for competition is to advise interested parties about a forthcoming 'open procedure' procurement to establish a single supplier agreement for the provision of multi-disciplined Inspection and Quality Assurance services, including but not exclusive to welding; mechanical; industrial coating; CE&I inspection and Non Destructive Testing (NDT) supported by welding and metallurgy Subject Matter Experts (SME’s).

Sellafield Ltd will lead the collaborative procurement on behalf of the Nuclear Decommissioning Authority (NDA) group which incudes; Sellafield Ltd; Magnox Ltd; Dounreay Site Restoration Ltd (DSRL); Nuclear Waste Services (joint trading name of both LLW Repository Ltd (LLWR) and Radioactive Waste Management Ltd (RWM) Nuclear Transport Solutions. (operating Direct Rail Services and Pacific Nuclear Transport Ltd (PNTL)

The services are to be provided at client and supplier sites throughout the UK and, on occasion, sites overseas.

two.1.5) Estimated total value

Value excluding VAT: £33,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71630000 - Technical inspection and testing services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631000 - Technical inspection services
  • 71632000 - Technical testing services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

In relation to the delivery of products and services from both local and multinational suppliers, provision of independent third party inspection services are required to:

• comply with regulatory and legal obligations;

• assure compliance with specifications and requirements; and

• ensure that standards are met,

In the provision of the service the supplier will be required to promote the client’s objectives of:

• Delivering a world class programme of safe, cost-effective, accelerated and environmentally responsible decommissioning of the UK’s civil nuclear legacy in an open and transparent manner, with due regard to the socio-economic impacts on our communities;

• Working within a project team based on mutual trust, co-operation and good industry practice;

• Instilling a ‘right first time’ attitude throughout the project team;

• Commitment to incorporating good environmental practices of resource and energy efficiency, healthy buildings, plant and materials, whilst maintaining an ecologically, socially and aesthetically sensitive approach without compromising functionality, quality or cost performance;

• Delivering the Social Impact Strategy to create; resilient economies; thriving communities; social value chains; sustainable incomes; and collective impact; and

• Maintaining a “safety first” approach.

In respect of this “safety first” approach, as part of the forthcoming procurement tenderers will need to:

• possess appropriate accreditation as an Inspection Body to ISO/IEC 17020 Type A,

or equivalent;

• be able to demonstrate a high safety performance level; and

• complete a Tender Safety Assessment (TSA) questionnaire, to demonstrate that

they will have the appropriate processes and procedures that the supplier will use

going forward to ensure safe working, especially whilst working at client nuclear

sites.

To facilitate market engagement the CTM portal will be used to share with, and receive from, interested parties information, which may include:

• background supporting information, such as; TSA; policy documents, strategy

documents etc, to allow potential new suppliers to familiarise themselves with the

wider aspects of working in the nuclear industry;

• the proposed procurement specifications, terms and conditions, timescales, social

value requirements etc with an opportunity for suppliers to provide feedback using

the CTM portal on whether the proposals are attractive and/or feasible;

• details, including dates, of potential market engagement events, which

may include Webinars, in person suppliers days, structured discussions pre-

arranged via CTM portal, etc as deemed appropriate given the feedback received.

The messaging facility within CTM will be used to correspond with parties interested in participating in market engagement activity. Parties who are interested in participating further should therefore access the CTM portal referred to in section I.3) Communication above, click on ‘current tender opportunities’, find in the list the title of this notice and then login or complete the online CTM portal registration. Accessing the opportunity in this way will allow the messages, which will contain the further information, to be sent and received across the CTM portal.

In addition to the potential market engagement activity outlined above the NDA have engaged the services of RocSearch to conduct a market research exercise to better understand current and future trends within the marketplace. This independent research will require RocSearch to make contact with the supply chain to request information. The output from this independent research will be used to ensure that the identified market trends and our requirements are aligned.

two.2.14) Additional information

The requirements are not being further sub divided as the service provider will be required to identify and allocate resource across multiple-disciplines; manage performance of the resource; provide management information. Further dividing the requirements into lots would lead to multi-discipline assignments having split responsibilities and general contract management inefficiencies.

two.3) Estimated date of publication of contract notice

12 September 2022


Section four. Procedure

four.1) Description

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

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

In respect of the requirements not being further sub divided into lots this is justified as the service provider will be required to:

- identify and allocate resource across multiple-discipline assignments at any one time;

- manage the performance of the resource; and

- provide management information to report on assignment progress.

Further dividing the requirements into lots would lead to multi-discipline assignments having split responsibilities and general contract management inefficiencies.