Tender

Project Academy - Training and Environmental Services

  • Sellafield Ltd

F02: Contract notice

Notice identifier: 2024/S 000-034010

Procurement identifier (OCID): ocds-h6vhtk-04513b

Published 21 October 2024, 4:41pm



Section one: Contracting authority

one.1) Name and addresses

Sellafield Ltd

Hinton House, Birchwood Park Avenue

Warrington

WA36GR

Contact

Rachael Ellis

Email

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

Email

rcj.dco@justice.gov.uk

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

Email

rcj.dco@justice.gov.uk

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

Email

rcj.dco@justice.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice