Section one: Contracting authority/entity
one.1) Name and addresses
Sellafield Limited
Hinton House. Birchwood Park Avenue
Warrington
WA3 6GR
Contact
Christine Davies
Chrisitne.v.davies@sellafieldsites.com
Telephone
+44 1925832000
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
01002607
Internet address(es)
Main 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
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Online Standards Provision
Reference number
OS Notice2
two.1.2) Main CPV code
- 71356300 - Technical support services
two.1.3) Type of contract
Services
two.1.4) Short description
The scope is to provide comprehensive and up-to-date online engineering, technical information and a legislative change notification service. This service is based upon specified technical information across Civil, Design, Mechanical, Electrical, Instrumentation, Ventilation, Process and other Engineering disciplines.
Access to the services is by means of a common web-based access portal for each Participating Entity to access all of the material and the range of services provided and as specified for their entity. The service shall provide unlimited access to all documents for multiple users. The proposed duration is one-year initial term followed by three optional extensions each of one year duration.
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: £5,500,000
two.2) Description
two.2.2) Additional CPV code(s)
- 71320000 - Engineering design services
- 71323200 - Plant engineering design services
- 71330000 - Miscellaneous engineering services
- 71336000 - Engineering support services
- 71356100 - Technical control services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Nuclear Decommissioning Authority (NDA) owns a number of UK nuclear sites. These sites have a need to access engineering and technical information. The requirement covers the provision of an online service to provide access to a range of engineering and technical information by the Participating Entities.
The scope covers comprehensive and up-to-date online engineering, technical information and legislative change notification service. The service is based upon specified and agreed technical information across Civil, Design, Mechanical, Electrical, Instrumentation, Ventilation, Process and other Engineering disciplines.
This is a collaborative procurement across the NDA estate with Sellafield Ltd acting as collaborative lead to establish the framework, however each of the listed Participation Entities (see below) will be entering into their own contractual arrangements in relation to the framework call-offs. Participating Entities are Sellafield Ltd; Magnox Ltd; Dounreay Site Restoration Ltd (DSRL); Nuclear Waste Services (joint trading name of both LLW Repository Ltd (LLWR)) and Radioactive Waste Management Ltd (RWM), International Nuclear Services (INS) operated by Nuclear Transport Solutions (NTS) and AWE Aldermaston.
The common core standards that the Participating Entities require access to are as follows or equivalent:
• British Standards including the BS incorporation of Euro-norm and ISO standards -Active and Historical
• BS Publicly Available Standards (PAS).
• American Society of Mechanical Engineers (ASME) - Active and Historical
• American Society of Mechanical Engineers Boiler and Pressure Vessel Codes (ASME BPVC) - Active and Historical
• UK Engineering and Construction Industry technical information (CIS)
• Occupational Health and Safety technical information, legislation and guidance (OHSIS
• Environmental Management
Other standards that the various Participating Entities require access to are as follows:
• IPC – Institute for interconnecting and Packaging Electronic Circuits
• AIA/NAS/Aer – active
• AIA/NAS/Aer – historical
• ACI -American Concrete Institute – Active and Historical
• ASCE – Active and Historical
• API – American Petroleum Institute – Active and Historical
• ASTM -American Society for Testing Materials – Active and Historical
• NATO
• DOD – Department of Defence
• MOD Defence specifications – Active and Historical
• MODUK – Defence Contracts and quality Assurance Documents
• ISO – International Organization for standardization – Active and Historical
• DIN – Deutsches Institut fur Normung e.V
• SAE – Society of Automotive Engineering
• Joint Service Publications (JSPs) - Active and Historical
• ESDU - Metallic materials data handbook
• AISC – American Institute of Steel Construction
• ANSI Collection
• ANS – American Nuclear Society – active
• IEEE Collection
• Network Rail Standards – Active and Historical
• US DoD standards (MIL SPECS etc) – Active and Historical
• TIA-644-A
• Defence standards (DEF-STANS)
• Specify-it
• IEC database 6061
• SAE/AMS&AS
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
Negotiated without a prior call for competition
- The works, supplies or services can be provided only by a particular economic operator for the following reason:
- absence of competition for technical reasons
Explanation:
Due to the heavily regulated nature of the industries within which the Participating Entities work, it is imperative to have access to up-to-date access to all relevant legislation, guidance and operating standards and procedures relevant to those organisations. In particular, our requirement for this information to be available through one single access portal is to ensure that all relevant information can be made available to users quickly and efficiently so as to mitigate the risk of oversight / conflict that may occur if users had to switch between multiple platforms. Furthermore, from a security and safety perspective, limiting the number of external platforms for users to access is an important consideration to Sellafield Ltd and the other Participating Entities given our obligation to maintain safe and secure sites.
Sellafield Ltd has, through the publication of a Prior Information Notice (PIN), outlined its functional specification for the Online Standards Service, the intent of the PIN was to inform and understand the Supply Chain therefore the following requests was included within the notice:
“The intent of this notice is to understand if the Supply Chain:
a) Would be interested in the opportunity.
b) Have the capability to meet the full scope of this requirement.
c) If unable to meet the full scope of the requirement;
a. Advise what elements of the scope you can meet.
b. Advise if you have an alternative solution for the remainder of the scope.
The Service provider is also invited to identify other optional services that they can offer, that they believe to be relevant to the nuclear industry, in addition to those listed above.”
In doing so SL only received one expression of interest from IHS (Global) Ltd (“IHS”) confirm that it is able to meet the requirement in full.
It has been determined following the that in the current circumstances competition to deliver the services is absent for technical reasons and that, pursuant to Regulation 32(2)(b)(ii) of the Public Contracts Regulations 2015, Sellafield may award a contract to IHS using the negotiated procedure without prior publication of a contract notice in the Find a Tender Service. In particular, based upon its market engagement and responses through the publication of the PIN, the Participating Entities consider that there is no practical alternative to contracting with IHS for the provision of the services, given that IHS is the only organisation who has responded positively to being able to provide to the Participating Entities access to all the required standards through a single access portal.
four.1.3) Information about a framework agreement
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: Yes
Section five. Award of contract/concession
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
28 November 2022
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
IHS Global Ltd
25 Ropemaker Street
London
EC2Y 9LY
Telephone
+44 2072602000
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
00788737
The contractor/concessionaire is an SME
No
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: £5,500,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Sellafield Limited
Hinton House
Warrington
WA3 6GR
supply.chain.enquiries@sellafieldsites.com
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
N/A
N/A
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Sellafield Ltd will observe a standstill period of at least 10 days prior to concluding the contractual arrangements with IHS (Global) ltd. Correspondence regarding this award should be direct to the person V1.4.1 Review Body.
six.4.4) Service from which information about the review procedure may be obtained
Sellafield Limited - Supply Chain Enquiries
Sellafield Ltd, Hinton House. Birchwood Park Avenue
Warrington
WA3 6GR
supply.chain.enquiries@sellafieldsites.com
Telephone
+44 1946728333
Country
United Kingdom