Awarded contract

SL-HAWTT Programme Stage 1- Tranche 2

  • Sellafield Ltd

F03: Contract award notice

Notice reference: 2021/S 000-021357

Published 27 August 2021, 7:12pm



Section one: Contracting authority

one.1) Name and addresses

Sellafield Ltd

Hinton House

Warrington

WA3 6GR

Contact

Rhyannon Harding

Email

rhyannon.harding@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

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

SL-HAWTT Programme Stage 1- Tranche 2

Reference number

Tranche 2

two.1.2) Main CPV code

  • 73000000 - Research and development services and related consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Sellafield Ltd has awarded contracts to support the delivery of Stage 1 of Tranche 2 of our Highly Active Waste Thermal Treatment Programme (HAWATT Programme) to the two suppliers identified within this notice on the basis that the suppliers have a thermal treatment technology capable of supporting the HAWATT Programme and to which the supplier has exclusive rights.

The purpose of the Stage 1 contract awards is to enable Sellafield Ltd to determine whether the proprietary technology solutions of the suppliers meet baseline requirements for pilot facilities which will be delivered by the HAWATT Programme. Sellafield Ltd has elected to award contracts to both suppliers to ensure that there is no unnecessary narrowing of parameters. Should Sellafield Ltd be satisfied that the baseline requirements are met then Sellafield Ltd may subsequently award a supplies contract , in accordance with Regulations 32(5)(a) of the Public Contracts Regulations 2015.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £400,922 / Highest offer: £800,000 taken into consideration

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The purpose of the Stage 1 contract awards is to enable Sellafield Ltd to determine whether the proprietary technology solutions of the suppliers meet baseline requirements for pilot facilities which will be delivered by the HAWTT Programme.

two.2.5) Award criteria

Quality criterion - Name: N/A / Weighting: N/A

Price - Weighting: 400922

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.2.14) Additional information

Price is not the only award criterion and all criteria are stated only in the

procurement documents.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The services can be provided only by a particular economic operator for the following reason:
    • protection of exclusive rights, including intellectual property rights

Explanation:

Justification for the choice of the negotiated procedure without publication of a call for competition in accordance with Article 32 of Directive 2014/24/EU

Reg 32(2)(b)(iii) – The Services can be provided only by a particular economic operator for the reason of protection of exclusive rights including intellectual property rights.

Sellafield Ltd has awarded contracts to support the delivery of Stage 1 of Tranche 2 of our Highly Active Waste Thermal Treatment Programme (HAWATT Programme) to the two suppliers identified within this notice on the basis that the suppliers have a thermal treatment technology capable of supporting the HAWATT Programme and to which the supplier has exclusive rights.

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

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract

Title

SL-HAWTT Programme Stage 1- Tranche 2

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

29 July 2021

five.2.2) Information about tenders

Number of tenders received: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Atkins Limited

Epsom

KT18 5BW

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £400,000

Total value of the contract/lot: £138,872.36


Section five. Award of contract

Title

SL-HAWTT Programme Stage 1- Tranche 2

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

29 July 2021

five.2.2) Information about tenders

Number of tenders received: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Veolia Nuclear Solutions (UK) Limited

Abingdon

OX14 1RL

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £400,000

Total value of the contract/lot: £262,050.72


Section six. Complementary information

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.