Contract

Access Services & Insulation (ASI)

  • Sellafield Limited

F03: Contract award notice

Notice identifier: 2024/S 000-030523

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

Published 24 September 2024, 4:30pm



Section one: Contracting authority

one.1) Name and addresses

Sellafield Limited

Sir Christopher Harding House, Vertex Centre, North Shore Road

Whitehaven, Cumbria

CA28 7XY

Contact

Jamie Crossfield

Email

jamie.m.crossfield@sellafieldsites.com

Telephone

+44 7929736788

Country

United Kingdom

Region code

UK - United Kingdom

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.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.1.6) Information about lots

This contract is divided into lots: No

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

Value excluding VAT: £95,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 45320000 - Insulation work
  • 34951000 - Access platforms
  • 42414000 - Cranes, mobile lifting frames and works trucks fitted with a crane
  • 45262110 - Scaffolding dismantling work
  • 45262660 - Asbestos-removal work
  • 45320000 - Insulation work
  • 45262120 - Scaffolding erection work
  • 45262660 - Asbestos-removal work
  • 44212317 - Scaffolding structures
  • 51511100 - Installation services of lifting equipment
  • 44212310 - Scaffolding
  • 45262100 - Scaffolding 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

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Cost criterion - Name: Commercial / Weighting: 30

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 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

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-024305

four.2.9) Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 September 2024

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

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

five.2.3) Name and address of the contractor

KAEFER LIMITED

Riverside House, Rolling Mill Road, Viking Industrial Park, Jarrow, Newcastle upon Tyne

Newcastle

NE32 3DP

Country

United Kingdom

NUTS code
  • UKC2 - Northumberland and Tyne and Wear
National registration number

03132937

Internet address

www.kaeferltd.co.uk

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: £95,000,000

Lowest offer: £95,000,000 / Highest offer: £95,000,000 taken into consideration


Section six. Complementary information

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