Section one: Contracting authority
one.1) Name and addresses
Sellafield Limited
Calder Bridge
Seascale
CA201PG
Contact
Jamie Crossfield
jamie.m.crossfield@sellafieldsites.com
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
1002607
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
http://one-nda.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
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
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Access Services & Insulation (ASI)
two.1.2) Main CPV code
- 45262100 - Scaffolding work
two.1.3) Type of contract
Works
two.1.4) Short description
Sellafield Ltd is responsible for safely operating and decommissioning Europe's largest, most complex nuclear site, which is home to legacy nuclear facilities that are some of the most hazardous buildings in Western Europe. There is a continued need for Sellafield to have access to a specialist Industrial Services and Access Supply Chain through a Framework Agreement to replace the existing Sellafield Industrial Services Framework (SIS).
two.1.5) Estimated total value
Value excluding VAT: £95,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45320000 - Insulation work
- 45262100 - Scaffolding work
- 44212310 - Scaffolding
- 44212317 - Scaffolding structures
- 42414000 - Cranes, mobile lifting frames and works trucks fitted with a crane
- 51511100 - Installation services of lifting equipment
- 45262120 - Scaffolding erection work
- 45262110 - Scaffolding dismantling work
- 45262660 - Asbestos-removal work
- 90650000 - Asbestos removal services
- 45321000 - Thermal insulation work
- 34951000 - Access platforms
- 45320000 - Insulation work
two.2.3) Place of performance
NUTS codes
- UKD11 - West Cumbria
two.2.4) Description of the procurement
The main services to be delivered by the ASI Framework are divided into two separate discreet packages of work:
- Access Services: The design, manufacture, insulation, and deployment of access systems including scaffolding, powered access systems, roped access, rigging, cranes and any other systems of providing Sellafield Ltd staff and contractors access to various locations at each of their facilities.
- Asbestos & Insulation Services: Removal and replacement of thermal insulation including asbestos containing materials (ACM) and lagging. Methods employed vary and will include traditional removal methods and complete ACM coated component removal.
Demand is expected in the near to medium term, to remain at around £18m-£20m per annum with allowances built into the Framework for possible increase in throughput, though no spending commitment is made to the supply chain. The Framework Agreement will be a single lot agreement for 4 years and an estimated value of between £73m-£95m.
NEC4 form of contracts will be utilised, employing the Engineering and Construction Contract (ECC) and Term Service Contract (TSC). The main pricing options (A, C or E) will be available to Sellafield Ltd depending upon scope, risk & complexity. The use of Option E contracts will be challenged to encourage greater use of C so that reward and risk is shared.
Sellafield has identified 5 Critical Success Factors (CSFs) in collaboration with its internal stakeholders as being integral to the successful performance of the Framework opportunity. The CSFs reflect the key lessons from the current SIS framework and alignment to the Nuclear Decommissioning Authority (NDA_ Value Framework and Delivery Model.
CSF 1: Safety, Security & Resilience
CSF 2: Capability & Capacity
CSF 3: Social Value & Sustainability
CSF 4: Collaboration & Integration
CSF 5: Delivery
Please refer to the Selection Stage and Invitation to Tender Documentation for further details.
Tenderers must register their interest, obtain further information for this notice and submit their 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 Access Services and Insulation (ASI) Opportunity can be found at Record Ref C84348.
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: £95,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 5
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
List and brief description of selection criteria
Against the criteria as stated in the Procurement pack accessed on Atamos
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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
N/A
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
25 September 2023
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
27 November 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.4) Procedures for review
six.4.1) Review body
Royal Courts Of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice