Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Access Services & Insulation (ASI)

  • First published: 19 August 2023
  • Last modified: 19 August 2023
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-03f51c
Published by:
Sellafield Limited
Authority ID:
AA56043
Publication date:
19 August 2023
Deadline date:
25 September 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The main services to be delivered by the ASI Framework are divided into two separate discreet packages of work:<br/><br/>- Access Services: The design, manufacture, insulation, and deployment of access systems including scaffolding, powered access systems, roped access, rigging, cranes and any other systems of providing Sellafield Ltd staff and contractors access to various locations at each of their facilities.<br/>- Asbestos & Insulation Services: Removal and replacement of thermal insulation including asbestos containing materials (ACM) and lagging. Methods employed vary and will include traditional removal methods and complete ACM coated component removal.<br/><br/>Demand is expected in the near to medium term, to remain at around £18m-£20m per annum with allowances built into the Framework for possible increase in throughput, though no spending commitment is made to the supply chain. The Framework Agreement will be a single lot agreement for 4 years and an estimated value of between £73m-£95m.<br/><br/>NEC4 form of contracts will be utilised, employing the Engineering and Construction Contract (ECC) and Term Service Contract (TSC). The main pricing options (A, C or E) will be available to Sellafield Ltd depending upon scope, risk & complexity. The use of Option E contracts will be challenged to encourage greater use of C so that reward and risk is shared.<br/><br/>Sellafield has identified 5 Critical Success Factors (CSFs) in collaboration with its internal stakeholders as being integral to the successful performance of the Framework opportunity. The CSFs reflect the key lessons from the current SIS framework and alignment to the Nuclear Decommissioning Authority (NDA_ Value Framework and Delivery Model.<br/>CSF 1: Safety, Security & Resilience<br/>CSF 2: Capability & Capacity<br/>CSF 3: Social Value & Sustainability<br/>CSF 4: Collaboration & Integration<br/>CSF 5: Delivery<br/><br/>Please refer to the Selection Stage and Invitation to Tender Documentation for further details.<br/><br/>Tenderers must register their interest, obtain further information for this notice and submit their response via the Nuclear Decommissioning Authority and Sellafield Ltd.'s E-procurement system, Atamis. This can be found at the following address:<br/><br/>https://one-nda.force.com/s/Welcome<br/><br/>Initial registration of your company is achieved by using the above site and then clicking on "Register Here". The Access Services and Insulation (ASI) Opportunity can be found at Record Ref C84348.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Sellafield Limited

1002607

Calder Bridge

Seascale

CA201PG

UK

Contact person: Jamie Crossfield

E-mail: jamie.m.crossfield@sellafieldsites.com

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/sellafield-ltd

Address of the buyer profile: https://www.gov.uk/government/organisations/sellafield-ltd

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

http://one-nda.force.com/s/Welcome


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Access Services & Insulation (ASI)

II.1.2) Main CPV code

45262100

 

II.1.3) Type of contract

Works

II.1.4) Short description

Sellafield Ltd is responsible for safely operating and decommissioning Europe's largest, most complex nuclear site, which is home to legacy nuclear facilities that are some of the most hazardous buildings in Western Europe. There is a continued need for Sellafield to have access to a specialist Industrial Services and Access Supply Chain through a Framework Agreement to replace the existing Sellafield Industrial Services Framework (SIS).

II.1.5) Estimated total value

Value excluding VAT: 95 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45320000

45262100

44212310

44212317

42414000

51511100

45262120

45262110

45262660

90650000

45321000

34951000

45320000

II.2.3) Place of performance

NUTS code:

UKD11

II.2.4) Description of the procurement

The main services to be delivered by the ASI Framework are divided into two separate discreet packages of work:<br/><br/>- Access Services: The design, manufacture, insulation, and deployment of access systems including scaffolding, powered access systems, roped access, rigging, cranes and any other systems of providing Sellafield Ltd staff and contractors access to various locations at each of their facilities.<br/>- Asbestos & Insulation Services: Removal and replacement of thermal insulation including asbestos containing materials (ACM) and lagging. Methods employed vary and will include traditional removal methods and complete ACM coated component removal.<br/><br/>Demand is expected in the near to medium term, to remain at around £18m-£20m per annum with allowances built into the Framework for possible increase in throughput, though no spending commitment is made to the supply chain. The Framework Agreement will be a single lot agreement for 4 years and an estimated value of between £73m-£95m.<br/><br/>NEC4 form of contracts will be utilised, employing the Engineering and Construction Contract (ECC) and Term Service Contract (TSC). The main pricing options (A, C or E) will be available to Sellafield Ltd depending upon scope, risk & complexity. The use of Option E contracts will be challenged to encourage greater use of C so that reward and risk is shared.<br/><br/>Sellafield has identified 5 Critical Success Factors (CSFs) in collaboration with its internal stakeholders as being integral to the successful performance of the Framework opportunity. The CSFs reflect the key lessons from the current SIS framework and alignment to the Nuclear Decommissioning Authority (NDA_ Value Framework and Delivery Model.<br/>CSF 1: Safety, Security & Resilience<br/>CSF 2: Capability & Capacity<br/>CSF 3: Social Value & Sustainability<br/>CSF 4: Collaboration & Integration<br/>CSF 5: Delivery<br/><br/>Please refer to the Selection Stage and Invitation to Tender Documentation for further details.<br/><br/>Tenderers must register their interest, obtain further information for this notice and submit their response via the Nuclear Decommissioning Authority and Sellafield Ltd.'s E-procurement system, Atamis. This can be found at the following address:<br/><br/>https://one-nda.force.com/s/Welcome<br/><br/>Initial registration of your company is achieved by using the above site and then clicking on "Register Here". The Access Services and Insulation (ASI) Opportunity can be found at Record Ref C84348.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 95 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Against the criteria as stated in the Procurement pack accessed on Atamos


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with a single operator.

Justification for any framework agreement duration exceeding 4 years: N/A

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 25/09/2023

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 27/11/2023

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.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 VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts Of Justice

Strand

London

WC2A 2LL

UK

E-mail: RCJ.DCO@justice.gov.uk

Internet address(es)

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

VI.5) Date of dispatch of this notice

18/08/2023

Coding

Commodity categories

ID Title Parent category
34951000 Access platforms Loadbearing equipment
90650000 Asbestos removal services Cleaning and sanitation services in urban or rural areas, and related services
45262660 Asbestos-removal work Special trade construction works other than roof works
42414000 Cranes, mobile lifting frames and works trucks fitted with a crane Lifting and handling equipment
51511100 Installation services of lifting equipment Installation services of lifting and handling equipment, except lifts and escalators
45320000 Insulation work Building installation work
44212310 Scaffolding Structural products and parts except prefabricated buildings
45262110 Scaffolding dismantling work Special trade construction works other than roof works
45262120 Scaffolding erection work Special trade construction works other than roof works
44212317 Scaffolding structures Structural products and parts except prefabricated buildings
45262100 Scaffolding work Special trade construction works other than roof works
45321000 Thermal insulation work Insulation work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
jamie.m.crossfield@sellafieldsites.com
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.