Section one: Contracting authority
one.1) Name and addresses
Sellafield Ltd
Hinton House, Birchwood Park Avenue
Warrington
WA36GR
Contact
Rachael Ellis
rachael.a.ellis@sellafieldsites.com
Country
United Kingdom
Region 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://atamis-2464.my.site.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to 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
Project Academy - Training and Environmental Services
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.1.4) Short description
Sellafield Ltd and the NDA Group require the provision of programme and project related short courses, professional qualifications and degree programmes in a variety subjects related to the delivery of our Programmes and Projects.
Sellafield Ltd will be the primary interface for the procurement of Project Academy services on behalf of the NDA group of companies which currently comprises;
• Sellafield Ltd.
• Nuclear Restoration Services Limited (NRS) - previously known as Magnox Ltd. and Dounreay Restoration Sites Ltd.
• Nuclear Waste Services Ltd. (NWS) – Previously known as Low Level Waste Ltd. (LLWR) and Radioactive Waste Management Ltd. (RWML)
• International Nuclear Services (INS) and its subsidiary Pacific Nuclear Transport Ltd. (PNTL) – trading as Nuclear Transport Solutions Limited (NTS)
• The Nuclear Decommissioning Authority (NDA) and its subsidiary NDA Archives Ltd.
This procurement will be managed via the shared service Nuclear Decommissioning Authority (NDA) OneNDA eCommercial Systems powered by Atamis, which can be accessed via the URL https://atamis-2464.my.site.com/s/Welcome.
Once you have registered on Atamis, you can access all documentation and submit a response using the record reference C8351.
two.1.5) Estimated total value
Value excluding VAT: £16,600,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK
two.2.4) Description of the procurement
Sellafield Ltd and the NDA Group require the provision of programme and project related short courses, professional qualifications and degree programmes in a variety subjects related to the delivery of our Programmes and Projects.
Sellafield Ltd will be the primary interface for the procurement of Project Academy services on behalf of the NDA group of companies which currently comprises;
• Sellafield Ltd.
• Nuclear Restoration Services Limited (NRS) - previously known as Magnox Ltd. and Dounreay Restoration Sites Ltd.
• Nuclear Waste Services Ltd. (NWS) – Previously known as Low Level Waste Ltd. (LLWR) and Radioactive Waste Management Ltd. (RWML)
• International Nuclear Services (INS) and its subsidiary Pacific Nuclear Transport Ltd. (PNTL) – trading as Nuclear Transport Solutions Limited (NTS)
• The Nuclear Decommissioning Authority (NDA) and its subsidiary NDA Archives Ltd.
It is essential that the Training Provider be a ‘Recognised Body' and have awarding powers granted under The Education (Recognised Bodies) (England) Order 2013. It is however recognised that the Training Provider may choose to use subcontractors to deliver the breadth of training and educational services required.
The Training Provider or its chosen subcontractor(s) should have a proven track record of delivering Project Management Education to PhD / Master’s Degree level and be a current Association for Project Management (APM) Accredited Academic organisation.
As the Project Academy evolves over the duration of this framework agreement, it is essential that the Training Provider work collaboratively with Sellafield Ltd to develop additional bespoke courses to meet demand.
The Framework Agreement will be between Sellafield Ltd and the successful Training Provider who will procure the services on behalf of the NDA Group of companies listed above. The Framework will be for a period of 6 years, with the option to extend for a further 3 to maximum of 9 years. The duration of the Framework Agreement ensures consistent outcomes for Sellafield Ltd in relation to technology, the development of bespoke courses, in flight learners and future learners and takes cognisance of the learning from experience (LfE) from the existing Project Academy Framework, which took several years to embed.
The estimated value is within a range of £15m to £18.2m across the 9 year duration, with £16.6m being the mid-point based on the anticipated scope and volume. Sellafield Ltd gives no guarantee as to the actual spend.
This procurement will be managed via the shared service Nuclear Decommissioning Authority (NDA) OneNDA eCommercial Systems powered by Atamis, which can be accessed via the URL https://atamis-2464.my.site.com/s/Welcome .
Once you have registered on Atamis, you can access all documentation and submit a response using the record reference C8351.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £16,600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2026
End date
31 December 2034
This contract is subject to renewal
Yes
Description of renewals
The framework will be for a period of 6 years, with the option to extend for a further 3 to maximum of 9 years.
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.1.3) Technical and professional ability
List and brief description of selection criteria
Selection criteria as included in the procurement documents
Minimum level(s) of standards possibly required
The Training Provider must be a ‘Recognised Body' and have awarding powers granted under The Education (Recognised Bodies) (England) Order 2013. It is however recognised that the Training Provider may choose to use subcontractors to deliver the breadth of training and educational services required.
The Training Provider or its chosen subcontractor(s) should have a proven track record of delivering Project Management Education to PhD / Master’s Degree level and be a current Association for Project Management (APM) Accredited Academic organisation.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The duration provides Sellafield Ltd with consistent outcomes in relation to technology, the development of bespoke courses, in flight learners and future learners with the duration of the Framework Agreement. In addition, a longer-term Framework Agreement duration takes cognisance of the learning from experience (LfE) from the existing Project Academy Framework, which took several years to embed
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: 2024/S 000-011706
four.2.2) Time limit for receipt of tenders or requests to participate
Date
3 February 2025
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
3 February 2025
Local time
11:00am
Place
This procurement will be managed via the shared service Nuclear Decommissioning Authority (NDA) OneNDA eCommercial Systems powered by Atamis, which can be accessed via the URL https://atamis-2464.my.site.com/s/Welcome .
Once you have registered on Atamis, you can access all documentation and submit a response using the record reference C8351.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 96 months
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.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice
six.4.2) Body responsible for mediation procedures
Royal Courts Of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice
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.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice