Tender

Access Services & Insulation (ASI)

  • Sellafield Limited

F02: Contract notice

Notice identifier: 2023/S 000-024305

Procurement identifier (OCID): ocds-h6vhtk-03f51c

Published 18 August 2023, 11:31am



Section one: Contracting authority

one.1) Name and addresses

Sellafield Limited

Calder Bridge

Seascale

CA201PG

Contact

Jamie Crossfield

Email

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

Email

RCJ.DCO@justice.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice