Section one: Contracting authority
one.1) Name and addresses
Sellafield Ltd
Hinton House, Birchwood Park Avenue
Warrington
WA36GR
Contact
Charles Loveday
Charles.Loveday@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://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
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 Authority
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Operation, Management and Maintenance of the Combined Heat and Power Plant Fellside Boiler Park
Reference number
C8519
two.1.2) Main CPV code
- 65410000 - Operation of a power plant
two.1.3) Type of contract
Services
two.1.4) Short description
The purpose of Sellafield Ltd. is to create a clean and safe environment for future generations. Sellafield Ltd. commits to safe, secure, sustainable, site stewardship enabled by the management of a smart, agile, and resilient site.
‘Fellside’ comprises the Combined Heat and Power Plant (CHPP) and Fellside Boiler Park (FBP); its purpose is to provide a continuous, safe supply of process and welfare steam to the Sellafield nuclear site. Steam has an associated nuclear safety case (in compliance with Nuclear Site Licence Conditions). Fellside is therefore a critical enabler to the achievement of Sellafield Ltd’s mission and towards the Nuclear Decommissioning Authority’s (NDA) strategic outcomes.
two.1.5) Estimated total value
Value excluding VAT: £120,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 31124000 - Steam-turbine generator and related apparatus
- 42112300 - Gas turbines
- 42112100 - Steam turbines
- 71314300 - Energy-efficiency consultancy services
- 42164000 - Auxiliary plant for use with boilers
- 42113100 - Parts of steam turbines
- 50430000 - Repair and maintenance services of precision equipment
- 42160000 - Boiler installations
- 42162000 - Steam-generating boilers
- 42163000 - Steam generators
- 98391000 - Decommissioning services
two.2.3) Place of performance
NUTS codes
- UKD1 - Cumbria
Main site or place of performance
Cumbria
two.2.4) Description of the procurement
The purpose of Sellafield Ltd. is to create a clean and safe environment for future generations. Sellafield Ltd. commits to safe, secure, sustainable, site stewardship enabled by the management of a smart, agile, and resilient site.
‘Fellside’ comprises the Combined Heat and Power Plant (CHPP) and Fellside Boiler Park (FBP); its purpose is to provide a continuous, safe supply of process and welfare steam to the Sellafield nuclear site. Steam has an associated nuclear safety case (in compliance with Nuclear Site Licence Conditions). Fellside is therefore a critical enabler to the achievement of Sellafield Ltd’s mission and towards the Nuclear Decommissioning Authority’s (NDA) strategic outcomes.
Sellafield Ltd has a business need to engage with a suitable Operations, Maintenance and Management partner to ensure continued safe operations of the Fellside site while delivering high levels of availability of both process and welfare steam for the Sellafield site. This agreement will be called the Operations, Maintenance & Management Agreement (OM&M Agreement).
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: £120,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
31 March 2025
End date
31 March 2030
This contract is subject to renewal
Yes
Description of renewals
Renewal is to continue services up to 2032.
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
two.2.14) Additional information
Through the Atamis reference
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
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
2 February 2024
Changed to:
Date
7 February 2024
Local time
12:00am
See the change notice.
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: 24 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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