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