Planning

Decommissioning Nuclear and Waste Partnership - Market Engagement PIN 2

  • Sellafield Ltd

F01: Prior information notice (prior information only)

Notice identifier: 2022/S 000-024713

Procurement identifier (OCID): ocds-h6vhtk-03658d

Published 2 September 2022, 4:33pm



Section one: Contracting authority

one.1) Name and addresses

Sellafield Ltd

Calder Bridge

Seascale

CA20 1PG

Email

katy.wilson@sellafieldsites.com

Country

United Kingdom

Region code

UKD11 - West Cumbria

National registration number

01002607

Internet address(es)

Main address

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

one.3) Communication

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

https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=16056&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

Decommissioning Nuclear and Waste Partnership - Market Engagement PIN 2

Reference number

15676

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Sellafield Ltd (Sellafield) is seeking to obtain feedback on the proposed lotting strategy for the DNWP procurement.

The DNWP will be the successor of the existing Decommissioning Delivery Partnership (DDP) which is due to end in March 2026. The DNWP multi partner framework has an estimate value of £4bn - £5bn over a 15 year duration. The scope for this procurement covers the full suite of construction, demolition related works, associated technical services (including safety case and design) and waste management required to deliver decommissioning tasks and projects. These works will be deployed across nuclear facilities on the Sellafield site that are in operations, post-operation clean out (POCO), decommissioning or demolition stages of the asset lifecycle.

Further details are contained in supporting document DNWP_PIN2 (available in CTM)

Please note this PIN is supplementary to PIN 1 published in on 2nd August 2022 (reference FTS 2022-471510).

two.1.6) Information about lots

This contract is divided into lots: Yes

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

Sellafield has defined a set of parameters in respect of how potential suppliers can bid as part of the Lotting Strategy. The proposed parameters can be found in supporting document DNWP_PIN2 (available in CTM)

two.2) Description

two.2.1) Title

Remediation

Lot No

1

two.2.2) Additional CPV code(s)

  • 42000000 - Industrial machinery
  • 43320000 - Construction equipment
  • 45100000 - Site preparation work
  • 45111000 - Demolition, site preparation and clearance work
  • 45111200 - Site preparation and clearance work
  • 45210000 - Building construction work
  • 45220000 - Engineering works and construction works
  • 45222110 - Waste disposal site construction work
  • 45315100 - Electrical engineering installation works
  • 45351000 - Mechanical engineering installation works
  • 71530000 - Construction consultancy services
  • 79400000 - Business and management consultancy and related services
  • 79410000 - Business and management consultancy services
  • 98391000 - Decommissioning services
  • 71320000 - Engineering design services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 44421722 - Safety cases
  • 22314000 - Designs
  • 79415200 - Design consultancy services
  • 79933000 - Design support services

two.2.3) Place of performance

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

Sellafield Site

two.2.4) Description of the procurement

Remediation spanning the decommissioning of redundant facilities and managing land quality ahead of beneficial reuse. The remediation of the site towards the agreed end state requires each facility, once operations cease, to be systematically decontaminated and decommissioned, with all waste being responsibly managed.

two.2.14) Additional information

There will be 2 partners aligned to the Remediation Lot 1.

two.2) Description

two.2.1) Title

Retrievals

Lot No

2

two.2.2) Additional CPV code(s)

  • 42000000 - Industrial machinery
  • 43320000 - Construction equipment
  • 45100000 - Site preparation work
  • 45111000 - Demolition, site preparation and clearance work
  • 45111200 - Site preparation and clearance work
  • 45210000 - Building construction work
  • 45220000 - Engineering works and construction works
  • 45222110 - Waste disposal site construction work
  • 45315100 - Electrical engineering installation works
  • 45351000 - Mechanical engineering installation works
  • 71530000 - Construction consultancy services
  • 79400000 - Business and management consultancy and related services
  • 79410000 - Business and management consultancy services
  • 98391000 - Decommissioning services
  • 71320000 - Engineering design services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 22314000 - Designs
  • 79933000 - Design support services
  • 79415200 - Design consultancy services
  • 44421722 - Safety cases

two.2.3) Place of performance

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

Sellafield Site

two.2.4) Description of the procurement

Empty legacy ponds and silos (LP&S), the structural integrity of the 4 LP&S facilities must be safely maintained during the multi-decadal retrieval operations to prevent a significant uncontrolled release into the environment.

two.2.14) Additional information

There will be 2 Partners aligned to the Retrievals Lot 2.

two.2) Description

two.2.1) Title

Integrated Nuclear Waste Partner

Lot No

3

two.2.2) Additional CPV code(s)

  • 79723000 - Waste analysis services
  • 45222110 - Waste disposal site construction work
  • 45111213 - Site-clearance work
  • 44421722 - Safety cases
  • 22314000 - Designs
  • 71320000 - Engineering design services
  • 79415200 - Design consultancy services
  • 45111000 - Demolition, site preparation and clearance work

two.2.3) Place of performance

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

Sellafield Site

two.2.4) Description of the procurement

To incorporate nuclear waste management and associated technical services across the enterprise. This will include support in the design and deployment of effective processes and technologies that optimise end-to-end value in waste management across the enterprise. It will only cover waste management support on the Sellafield site, though the service provider will be expected to closely collaborate with Nuclear Waste Services (NWS), an NDA group subsidiary

two.2.14) Additional information

There will be 1 Partner aligned to the Integrated Nuclear Waste Partner Lot 3.

two.3) Estimated date of publication of contract notice

16 June 2023


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

This PIN and the supporting document DNWP_PIN2 (available in CTM) sets out Sellafield’s indicative view of the capacities and capabilities required for DNWP, and Sellafield’s early thinking as to how it will engage with the DNWP partners.

Sellafield’s expectations and early thinking may change as a result of Sellafield’s market engagement, including this PIN, and further internal development of the proposed DNWP model.

Organisations are invited to submit responses via Sellafield’s Complete Tender Management (CTM) system to the ‘Lines of Enquiry’ set out in the supporting document DNWP_PIN2, Appendix A.

• Please submit responses via the CTM portal ref RFQ 15676, through the messaging function.

• Please ensure responses are submitted no later than 16:00 on 23rd September 2022 “Response Deadline”

Sellafield will review responses to this PIN and consider incorporation of any amendments to the DNWP lotting strategy going forward, this will be entirely at Sellafield’s discretion.

Sellafield is committed to open, fair and transparent procurement processes and, following completion of this PIN and any subsequent early market engagement exercises, Sellafield intends to conduct a regulated process through the placement of a Contract Notice on the Find a Tender Service and in accordance with Public Contracts Regulations 2015.

This PIN has been prepared by or on behalf of Sellafield for the sole purpose of enabling suppliers to submit comments and provide feedback in the context of early market engagement. No guarantee can be given, however, and no representation is made, as to the accuracy of information contained within this PIN. Neither Sellafield, nor any of its professional advisors, accepts any liability, which might result from any inaccuracy of or omission of information in this PIN. Information presented in this PIN may be subject to change and remains under consideration by Sellafield, and nothing referenced herein may be taken as firm or binding. It is each supplier's responsibility to obtain for itself, and at its own expense all information which it deems necessary or desirable for the preparation of its response.

All suppliers are solely responsible for their costs and expenses incurred in connection with the preparation and submission of their response to this PIN. Under no circumstances will Sellafield, or any of Sellafield Ltd’s professional advisors be liable for any costs or expenses borne by the supplier or any of its supply chain members or advisors in this PIN or any subsequent procurement.

Whilst Sellafield is keen to hear from interested parties, suppliers should note that they will be required as part of any formal submission to any subsequent tender to certify that they have not canvassed or solicited any officer or employee of Sellafield in connection with the proposed procurement and that no person employed by them or acting on their behalf will have done any such act.

Information you provide may be used to support further discussions and / or strategy

development of the DNWP model. Sellafield reserves the right not to proceed with the DNWP procurement.