Contract notice

Information

Published

Date of dispatch of this notice: 28/07/2016

Expire date: 08/09/2016

External Reference: 2016-310185

TED Reference: 2016/S 147-265508

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Sellafield Ltd
01002607
Calder Bridge
Seascale
CA20 1PG
UK
Contact person: Paul King
Telephone: +44 1946784555
NUTS code:  UKD1 -  Cumbria
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=8938&B=SELLAFIELD
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Other activity:  Nuclear Decommissioning

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Operations Site Works (OSW)
Reference number:  8686
II.1.2)

Main CPV code

45000000  -  Construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

The Authority is looking to place a four year (three years with option to extend for a further one year at the Authorities discretion) single party framework agreement for the Operations Site Works (OSW). The primary purpose of the OSW Framework will focus on securing a delivery partner to carry out civil, mechanical and electrical asset care works and projects in a cost efficient manner, supporting Sellafield Ltd in its strategy to standardise and categorise plant, equipment and project delivery methods. Overall OSW Framework Value Range £120 million - £160 million.
II.1.5)

Estimated total value

Value excluding VAT: 160000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

45100000  -  Site preparation work
45200000  -  Works for complete or part construction and civil engineering work
45220000  -  Engineering works and construction works
45260000  -  Roof works and other special trade construction works
45300000  -  Building installation work
45400000  -  Building completion work
45440000  -  Painting and glazing work
50000000  -  Repair and maintenance services
50700000  -  Repair and maintenance services of building installations
50710000  -  Repair and maintenance services of electrical and mechanical building installations
51100000  -  Installation services of electrical and mechanical equipment
71500000  -  Construction-related services
II.2.3)

Place of performance

NUTS code:  UKD1 -  Cumbria
Main site or place of performance:  
Sellafield Ltd, Seascale, Cumbria, CA20 1PG
II.2.4)

Description of the procurement

The Authority is looking to invite potential providers to bid for a place on the Operations Site Works Framework (OSW). The OSW is a single party framework put in place for an initial three years with the possibility of a one year extension, with final optional year taken up at discretion of Sellafield Ltd.
The three main operating models of the works under the framework, as characterised as follows:
1. Jobs – Low risk, relatively low value projects where governance and reporting requirements are fit for purpose but proportionate to scope and risk.
2. Tasks – larger, more complex and/or more multi-disciplined tasks where governance and reporting requirements will be more stringent.
3. Projects & asset class programmes – larger, more complex and/or more multi-disciplined Projects, and/or alignment of Projects to support standardisation and programmes of known Operations Division asset classes. Governance and reporting requirements will be stringent. Examples of asset classes could include; installation of air handling units, steam pipework or condensate lines.
The OSW scope will include requirements for single and multidiscipline works, services and management controls (relating to the scope of this framework).
1. Civil Works typically consisting of, but not limited to; ground works, roads, paths, minor construction and new build, repair & maintenance of buildings & civils, minor decommissioning and demolition, rail work and support, security enhancements, roofing, fencing and painting.
2. Mechanical Works typically consisting of, but not limited to: heating and ventilation, pipework, steelwork, miscellaneous metalwork, pumps and valves, air conditioning inspection of OSW works, security enhancements, testing and commissioning of OSW works.
3. Electrical Works typically consisting of, but not limited to building lighting, alarm systems, testing & commissioning, instrumentation, pumps and motors power refrigeration, coolers & chillers, controls and control systems, security enhancements and power distribution.
3. Contract/Project Management of OSW Works typically consisting of, but not limited to: project, contract & cost management, portfolio / project planning & scheduling transport, storage and waste management, skilled resource & engineering capability design and construction support capability, access and lifting capability, specialist Sub Contractors.
For full details, please see the OSW Scope document and Invitation to Pre Qualification Questionnaire located on the Sellafield Sites CTM portal.
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: 160000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 25/02/2017  /  End: 25/02/2020
This contract is subject to renewal: yes
Description of renewals:  
The OSW framework will be put in place for an initial three years with the possibility of a one year extension, with final optional year taken up at discretion of Sellafield Ltd.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
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.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Parent Company Guarantees may be required at Sellafield Ltd's discretion. Where Parent Company Guarantees cannot be provided, Sellafield Ltd may be require the contractor to provide a Performance Bond, in a form satisfactory to Sellafield Ltd.
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
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
Framework agreement with a single operator
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2016/S 047-077428
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  08/09/2016
Local time:  15:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 30/09/2016
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Sellafield is currently reviewing what changes, if any, may be made to the Flowdown Terms and/ or the Internal Procedures (as referred to in the Flowdown Terms) in light of the termination of the Maintenance and Operation Agreement between the NDA and Sellafield Ltd. For the purposes of this procurement, whilst we have included draft forms of contract for your reference, please note that the review of the Flowdown Terms may result in changes to the draft contract forms issued as part of this contract notice to reflect any changed that may be made to the Flowdown Terms.
SL reserves the right to change without notice the procedure for awarding the contract; to reject any and all tenders; to stop the procurement and / or not award the contract.
SL will not be responsible for any costs, fees or expenses (jncluding third party costs, fees or expenses) incurred for this framework opportunity.
Tenders must be priced in pounds sterling and submitted in English.
No implied contract arises as a result of participating in this procurement.
No contract will be created between Sellafield Ltd and any party until a contract is executed between Sellafield Ltd and the successful bidder.
Any contract will be subject to the jurisdiction and laws of England and Wales.
VI.4)

Procedures for review

VI.4.1)

Review body

N/A
N/A
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
In regards to the review procedures, Candidates are referred to Part 3, Chapter 5 of the Public Contracts Regulations 2015.
VI.5)

Date of dispatch of this notice

01/08/2016