Tender

Operation, Management and Maintenance of the Combined Heat and Power Plant Fellside Boiler Park

  • Sellafield Ltd

F02: Contract notice

Notice identifier: 2023/S 000-037322

Procurement identifier (OCID): ocds-h6vhtk-0426f3

Published 19 December 2023, 2:49pm



The closing date and time has been changed to:

7 February 2024, 12:00am

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Sellafield Ltd

Hinton House, Birchwood Park Avenue

Warrington

WA36GR

Contact

Charles Loveday

Email

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

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