Opportunity

Provision of Inspection and Quality Assurance Services

  • Sellafield Ltd

F02: Contract notice

Notice reference: 2022/S 000-033115

Published 22 November 2022, 3:53pm



Section one: Contracting authority

one.1) Name and addresses

Sellafield Ltd

Hinton House, Birchwood Park Avenue

Warrington

WA36GR

Contact

Kenneth Webster

Email

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

https://www.justice.gov.uk

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.justice.gov.uk

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

Internet address

https://www.justice.gov.uk