Section one: Contracting authority
one.1) Name and addresses
Sellafield Ltd
Hinton House, Birchwood Park Avenue
Warrington
WA36GR
Contact
Kenneth Webster
kenneth.webster@sellafieldsites.com
Country
United Kingdom
NUTS code
UKD1 - Cumbria
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
https://one-nda.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://one-nda.force.com/s/Welcome
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
Provision of Inspection and Quality Assurance Services
Reference number
C8509
two.1.2) Main CPV code
- 71630000 - Technical inspection and testing services
two.1.3) Type of contract
Services
two.1.4) Short description
Acting as the lead for a collaborative procurement, Sellafield Ltd is seeking to enter into an arrangement for the Provision of Inspection and Quality Assurance Services including but not exclusive to welding; mechanical; industrial coating; CE&I inspection and Non Destructive Testing (NDT) supported by welding and metallurgy Subject Matter Experts (SME’s).
two.1.5) Estimated total value
Value excluding VAT: £35,950,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71632200 - Non-destructive testing services
- 71632200 - Non-destructive testing services
- 71600000 - Technical testing, analysis and consultancy services
- 71630000 - Technical inspection and testing services
- 71000000 - Architectural, construction, engineering and inspection services
- 71631000 - Technical inspection services
- 71632000 - Technical testing services
two.2.3) Place of performance
NUTS codes
- UKD11 - West Cumbria
two.2.4) Description of the procurement
Sellafield Ltd acting as the lead for a collaborative procurement on behalf of the NDA group of organisations, including but not limited to, Dounreay Site Restoration Limited, Magnox Limited, Nuclear Waste Services (joint trading name of both Low Level Waste Repository Ltd and Radioactive Waste Management Ltd, Nuclear Transport Solutions (joint trading name of International Nuclear Services Ltd and Direct Rail Services Ltd), Sellafield Ltd (the Participating Entities). Sellafield Ltd is seeking to enter into an arrangement for the Provision of Inspection and Quality Assurance Services including but not exclusive to welding; mechanical; industrial coating; CE&I inspection and Non Destructive Testing (NDT) supported by welding and metallurgy Subject Matter Experts (SME’s).
The service will be provided at Participating Entity sites and the sites of suppliers from across the UK and overseas
In relation to the delivery of products and services from both local and overseas suppliers, provision of independent third party inspection services are required to;
- comply with regulatory and legal obligations.
- assure compliance with specifications and requirements; and
- ensure that standards are met.
In the provision of the service the supplier will be required to:
• Promote the client’s objectives of:
- Delivering a world class programme of safe, cost-effective, accelerated and environmentally responsible decommissioning of the UK’s civil nuclear legacy in an open and transparent manner and with due regard to the socio-economic impacts on our communities;
- Working within a project team based on mutual trust, co-operation and good industry practice;
- Instilling a ‘right first time’ attitude on all the project team;
- Commitment to incorporating good environmental practices of resource and energy efficiency, healthy buildings, plant and materials, ecologically, socially and aesthetically sensitive without compromising functionality, quality or cost performance;
- Delivery of the Social Impact Strategy to create:
o Resilient Economies;
o Thriving Communities;
o Social Value Chains;
o Sustainable Incomes; and
o Collective Impact.
- maintain a “safety first” approach when delivering the service; and
- complete a Tender Safety Assessment (TSA) questionnaire, to demonstrate that they will have the appropriate processes and procedures in place to ensure safe working, especially whilst working at nuclear sites.
The value stated at II.1.5.1 is for the maximum contract term of 60 months, which consists of an initial contract term of 36 months with an option for two extension periods of 12 months each.
The start date stated at II.2.7.3 is the contract start date for the provision of the service under the new contractual arrangement. As set out in the procurement documents the indicative date for contract award/transition commencement is 30/06/23, which will allow a period of approximately 4 months to transition to the new contractual arrangement.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2023
End date
31 October 2026
This contract is subject to renewal
Yes
Description of renewals
The contract makes provision for two extension periods of 12 months each giving a maximum contract term of 60 months.
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
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
Selection criteria as stated in the procurement documents.
Minimum level(s) of standards possibly required
Tenderers must be accredited to the Inspection Body ISO /IEC 17020 Type A standard by UKAS or by an equivalent national accreditation body recognised through the mutual recognition agreement with the International Accreditation Forum (IAF).
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-016268
four.2.2) Time limit for receipt of tenders or requests to participate
Date
16 January 2023
Local time
11:00am
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: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
16 January 2023
Local time
11:00am
Place
Electronic
Information about authorised persons and opening procedure
As referred to at I.3) above, e-tendering will be used for this procurement and this prevents any information provided by the tenderer from being viewed by Sellafield Ltd until the e-tendering event is closed. The close time will be the earliest point at which a team member assigned by Sellafield Ltd to access the tender will be able to open and view the tender responses electronically.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 36 months
six.2) Information about electronic workflows
Electronic payment will be used
six.3) Additional information
The requirements are not being further sub divided as the service provider will be required to identify and allocate resource across multiple-disciplines; manage performance of the resource; provide management information. Further dividing the requirements into lots would lead to multi-discipline assignments having split responsibilities and general contract management inefficiencies.
The tender opportunity will be managed via the Atamis e-tendering system which can be accessed via the URL https://one-nda.force.com/s/Welcome portal as referred at I.3.0.7. Once you have registered on and accessed the portal, use Atamis reference C8509 to access the Provision of Inspection and Quality Assurance opportunity to:
- view the tender documents,
- ask questions or request further
information using the inbuilt messaging facility; and
- submit your tender response.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom