Contract notice

Information

Published

Date of dispatch of this notice: 03/05/2017

Expire date: 07/06/2017

External Reference: 2017-805863

TED Reference: 2017/S 085-165752

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Sellafield Ltd
01002607
Hinton House
Warrington
WA3 6GR
UK
Contact person: Mark Donegan
Telephone: +44 1925832447
NUTS code:  UK -  UNITED KINGDOM
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=9154&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

Programme and Project Partners (PPP)
Reference number:  CTM 8892
II.1.2)

Main CPV code

71000000  -  Architectural, construction, engineering and inspection services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Sellafield Ltd ("SL") wants to bring together four partners ("Lot Partners") to collaborate with one another and with SL to deliver the portfolio of Major Projects SL will be expected to deliver under its Site Licence obligations over the next 20 years. As part of delivering this portfolio of Major Projects, SL wants to use the expertise of these Lot Partners to help improve the outcomes of Major Projects (e.g. delivery to time, to budget), to help develop its internal delivery capabilities (e.g. design and engineering capability) and to bring about Site-Wide Project Delivery Improvements. In the first instance SL will require the Lot Partners to deliver three initial projects: SPRS Retreatment Plant, SIXEP Contingency Plant and Replacement Analytical Project (estimated value £1,040m - £1,740m). SL may require Lot Partners to deliver further Major Projects (subject to more detailed project definition and following relevant internal approvals) (estimated value £1,960-2,760m).
II.1.5)

Estimated total value

Value excluding VAT: 7000000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  one lot only
Maximum number of lots that may be awarded to one tenderer:  1
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Candidates may express an interest for one Lot only, save in respect of Lots 3 and 4 where Candidates may express an interest for both of those Lots. However, Candidates can only be awarded a maximum of one Lot. Further detail is set out in the procurement documents (see the Pre-Qualification Questionnaire Instructions).
II.2)

Description

II.2.1)

Title

Integration Partner
Lot No:  1
II.2.2)

Additional CPV code(s)

45000000  -  Construction work
45200000  -  Works for complete or part construction and civil engineering work
45213250  -  Construction work for industrial buildings
45222100  -  Waste-treatment plant construction work
45222110  -  Waste disposal site construction work
66140000  -  Portfolio management services
71240000  -  Architectural, engineering and planning services
71242000  -  Project and design preparation, estimation of costs
71243000  -  Draft plans (systems and integration)
71244000  -  Calculation of costs, monitoring of costs
71245000  -  Approval plans, working drawings and specifications
71300000  -  Engineering services
71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
71320000  -  Engineering design services
71321000  -  Engineering design services for mechanical and electrical installations for buildings
71322000  -  Engineering design services for the construction of civil engineering works
71322100  -  Quantity surveying services for civil engineering works
71323000  -  Engineering-design services for industrial process and production
71324000  -  Quantity surveying services
71330000  -  Miscellaneous engineering services
71340000  -  Integrated engineering services
71350000  -  Engineering-related scientific and technical services
71540000  -  Construction management services
71541000  -  Construction project management services
72224000  -  Project management consultancy services
79410000  -  Business and management consultancy services
79421000  -  Project-management services other than for construction work
79994000  -  Contract administration services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

The Integration Partner will be required to provide strategic and enabling project management support as required to structure and deliver the portfolio of Major Projects under the PPP Project. The scope of Lot 1 comprises Major Projects and Site-Wide Project Delivery Improvements:
Major Projects
Services in support of the delivery of these Major Projects individually and at a programme level will include but not be limited to:
• Coordinating the development and delivery for the PPP Partnership of a socio impact strategy and related strategies for organisational design, resource management, Best Athlete selection, accommodation and communications;
• Coordinating the definition of the delivery strategy for the Major Projects including an overall acquisition strategy for the potential full portfolio of projects, resource and capability planning;
• Coordinating and overseeing logistic requirements for Major Projects on behalf of the PPP Partnership;
• Working with Sellafield Ltd to define the project controls and commercial support arrangements for the portfolio and the individual projects within it;
• Coordinating the population of the project management structure for the Major Projects alongside SL;
• Providing access to expertise in project management as required to deliver the portfolio of Major Projects and Site-Wide Project Delivery Improvements;
• Coordinating continuous improvement activities with the other three Lot Partners, including the development and implementation of cultural change programmes;
• Coordinating the development of business and IT systems for the PPP Partnership including an integrated management system, BIM strategy development and commercial systems;
• Coordinating EHSS&Q across the PPP Partnership including document control;
• Coordinating engagement with SL's Enterprise Portfolio Office (" EPO") and the individual SL programmes to develop the future Major Projects, deliver studies and an integrated schedule of Major Projects to optimise costs and delivery schedules;
• Providing project controls, estimating, quantity surveying, risk management and commercial support to develop and deliver project business cases and acquisition strategies;
• Supporting SL to develop and improve its programme and project management arrangements, including support to the CDM client; and
• Subcontracting some of these services to other organisations as appropriate.
All of the above services will support integration between the Lot Partners and support SL in its role as a PPP Partner. As with the other Lot Partners, the Integration Partner will be required to work with the other PPP Partners (i.e. the Lot Partners and SL) to develop an aligned delivery culture for the PPP Partnership. SL will also make available people from within its organisation to work within the PPP Partnership to support the Lot Partners in the delivery of their respective services and works (see the Memorandum of Information ("MOI") issued as part of the procurement documents).
Site-Wide Project Delivery Improvements
Site-Wide Project Delivery Improvements under Lot 1 may include, but will not be limited to: leading business improvements such as BIM, single integrated project IT systems, etc on behalf of the PPP Partnership; providing professional services expertise to SL such as: QS support and related commercial services; project controls; and project management.
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: 750000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 240
This contract is subject to renewal: yes
Description of renewals:  
SL reserves the right at its sole discretion to extend the duration of the PPP Project if required to enable completion of the delivery of Major Projects where their delivery will not be completed by the end of Year 20 of the PPP Project (see further VI.3 below).
II.2.9)

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

Envisaged number of candidates: 3
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
Detail on any potential options on which SL may wish to call will be set out in the ITN.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

SL estimates the PPP Project value to be between £3,000m & £4,500m based on the current identified scope (see MOI). The £7,000m estimated value in this Contract Notice recognises the challenge of estimating the total value of a Project with such longevity. See VI.3 ‘Additional Information’.
The Lot 1 Estimated Value: £500m-£750m over the next 20 years (See MOI).
II.2)

Description

II.2.1)

Title

Design and Engineering Partner
Lot No:  2
II.2.2)

Additional CPV code(s)

45000000  -  Construction work
45200000  -  Works for complete or part construction and civil engineering work
45213250  -  Construction work for industrial buildings
45222100  -  Waste-treatment plant construction work
45222110  -  Waste disposal site construction work
66140000  -  Portfolio management services
71240000  -  Architectural, engineering and planning services
71242000  -  Project and design preparation, estimation of costs
71243000  -  Draft plans (systems and integration)
71244000  -  Calculation of costs, monitoring of costs
71245000  -  Approval plans, working drawings and specifications
71300000  -  Engineering services
71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
71320000  -  Engineering design services
71321000  -  Engineering design services for mechanical and electrical installations for buildings
71322000  -  Engineering design services for the construction of civil engineering works
71322100  -  Quantity surveying services for civil engineering works
71323000  -  Engineering-design services for industrial process and production
71324000  -  Quantity surveying services
71330000  -  Miscellaneous engineering services
71340000  -  Integrated engineering services
71350000  -  Engineering-related scientific and technical services
71540000  -  Construction management services
71541000  -  Construction project management services
72224000  -  Project management consultancy services
79410000  -  Business and management consultancy services
79421000  -  Project-management services other than for construction work
79994000  -  Contract administration services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Sellafield Ltd requires a Design and Engineering Partner with considerable design delivery expertise in a highly regulated industry to provide the design and engineering capability and services required to deliver the Major Projects and Site-Wide Project Delivery Improvements under the PPP Project and to lead in the improvement and management of the design and engineering capability within Sellafield Ltd. A key element of the Design and Engineering Partner's role will be coordinating input from the other Lot Partners, in particular the Lot 3 Civils Construction Partner and Lot 4 Process Construction Partner, to optimise design, constructability and associated costings.
The scope of Lot 2 comprises Major Projects and Site-Wide Project Delivery Improvements. These two elements are explained in more detail below.
Major Projects
Services in support of the delivery of these Major Projects individually and at a programme level will include but not be limited to:
• Coordinating design and engineering management arrangements for the Major Projects in conjunction with the PPP Partnership;
• Providing resource and capability to deliver multi-discipline design and engineering elements of the Major Projects throughout the project lifecycle, including support to studies, construction, procurement and commissioning;
• Delivering the design, engineering and safety case input for the Major Projects in conjunction with the PPP Partnership;
• Leading the delivery of value engineering and value management throughout the project lifecycle;
• Identifying, resourcing, coordinating and supplementing the population of the design and engineering management structure for the Major Projects, including the CDM Principal Designer;
• Supporting the PPP Partnership in the development of costs and delivery schedules for Major Projects;
• Supporting the PPP Partnership in engaging with Sellafield Ltd's EPO to plan the forward workload of Major Projects;
• Supporting the PPP Partnership in defining the delivery strategy for the PPP Project, including an overall acquisition strategy for potential Major Projects, and resource and engineering capability planning for the projects identified;
• Supporting the PPP Partnership to develop and improve design and engineering management, and engineering delivery, starting with the delivery of the initial three Major Projects;
• Potentially providing accommodation for the PPP Partnership; and
• Subcontracting to other organisations as appropriate.
As with the other Lot Partners, the Design and Engineering Partner will be required to work with the other PPP Partners (i.e. the Lot Partners and Sellafield Ltd) to develop an aligned delivery culture for the PPP Partnership. Sellafield Ltd will also make available people from within its organisation to work within the PPP Partnership to support the Lot Partners in the delivery of their respective services and works (see further MOI).
Site-Wide Project Delivery Improvements
Site-Wide Project Delivery Improvements will include, but not be limited to: leading business improvements such as design standards, computer aided engineering ("CAE") tools, etc; and providing design and engineering management capability to support Sellafield Ltd in the management of its design service to the wider business.
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: 750000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 240
This contract is subject to renewal: yes
Description of renewals:  
SL reserves the right at its sole discretion to extend the duration of the PPP Project if required to enable completion of the delivery of Major Projects where their delivery will not be completed by the end of Year 20 of the PPP Project (see further VI.3 below).
II.2.9)

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

Envisaged number of candidates: 3
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
Detail on any potential options on which SL may wish to call will be set out in the ITN.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

SL estimates the PPP Project value to be between £3,000m & £4,500m based on the current identified scope (see MOI). The £7,000m estimated value in this Contract Notice recognises the challenge of estimating the total value of a Project with such longevity. See VI.3 ‘Additional Information’.
The Lot 2 Estimated Value: £500m-£750m over the next 20 years (See MOI).
II.2)

Description

II.2.1)

Title

Civils Construction Partner
Lot No:  3
II.2.2)

Additional CPV code(s)

45000000  -  Construction work
45200000  -  Works for complete or part construction and civil engineering work
45213250  -  Construction work for industrial buildings
45222100  -  Waste-treatment plant construction work
45222110  -  Waste disposal site construction work
66140000  -  Portfolio management services
71240000  -  Architectural, engineering and planning services
71242000  -  Project and design preparation, estimation of costs
71243000  -  Draft plans (systems and integration)
71244000  -  Calculation of costs, monitoring of costs
71245000  -  Approval plans, working drawings and specifications
71300000  -  Engineering services
71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
71320000  -  Engineering design services
71321000  -  Engineering design services for mechanical and electrical installations for buildings
71322000  -  Engineering design services for the construction of civil engineering works
71322100  -  Quantity surveying services for civil engineering works
71323000  -  Engineering-design services for industrial process and production
71324000  -  Quantity surveying services
71330000  -  Miscellaneous engineering services
71340000  -  Integrated engineering services
71350000  -  Engineering-related scientific and technical services
71540000  -  Construction management services
71541000  -  Construction project management services
72224000  -  Project management consultancy services
79410000  -  Business and management consultancy services
79421000  -  Project-management services other than for construction work
79994000  -  Contract administration services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

SL requires a Civils Construction Partner with considerable construction management expertise in a regulated industry to contribute to Major Projects solutions and to manage and deliver the construction of Major Projects. In the early years these will be predominantly Major Projects with a civil and structural works bias but this focus may change over time. As regards the initial Major Projects, it is anticipated that the Lot 3 Civils Construction Partner will be the lead Construction Partner for the SRP project, whilst the Lot 4 Process Construction Partner will be the lead Construction Partner for the SCP Project. For the construction element of the other Major Projects, SL anticipates that approximately 50% will be led by the Lot 3 Partner. This proportion and the methodologies for the allocation of the construction elements of Major Projects will be further developed in the ITN and post award as part of the comprehensive procurement plan for the PPP Partnership.
The Lot 3 & Lot 4 Partners will work collaboratively together (and with the other Partners) to develop an integrated supply chain as part of the procurement plan for the PPP Partnership to deliver the portfolio of Major Projects.
The scope of Lot 3 comprises Major Projects and Site-Wide Project Delivery Improvements. These two elements are explained in more detail below.
Major Projects
Services in support of the delivery of these Major Projects individually and at a programme level will include but not be limited to:
• Managing the procurement and delivery of all services, materials and equipment required to deliver the construction programme including the provision, integration, quality management and oversight of supply chain arrangements, which shall also incorporate the use of existing SL supply chain arrangements (such as category management contracts) for the construction supply chain;
• Managing the construction of Major Projects including:
- construction phase planning and associated logistics;
- on site construction, installation and commissioning including the management, inspection and quality assurance of these activities;
• Supporting SL in its capacity as Intelligent Customer in the active commissioning of Major Projects;
• Supporting the Lot 1 Partner in defining the delivery strategy for the Major Projects, including an overall acquisition strategy, cost estimates and delivery schedule development for the potential full portfolio of Major Projects, and resource and capability planning;
• Support to the Lot 1 and 2 Partners throughout the project lifecycle in regard to constructability reviews, value engineering and value management, to ensure the integration of construction consideration and expertise into all phases of a Major Project;
• Supporting the PPP Partnership in developing and improving its construction arrangements through provision of expertise in construction methodology and benchmarking, including design to support construction’s phased delivery and appropriate modularisation; and
• Supporting the Lot 1 and Lot 2 Partners in engaging with SL’s EPO and programmes to develop the portfolio of future Major Projects, deliver studies and develop the forward schedule of Major Projects.
As with the other Lot Partners, the Civils Construction Partner will be required to work with the other PPP Partners (i.e. the Lot Partners and SL) to develop an aligned delivery culture for the PPP Partnership. SL will also make available people from within its organisation to work within the PPP Partnership to support the Lot Partners in the delivery of their respective services and works (see MOI).
Site-Wide Project Delivery Improvements
Site-Wide Project Delivery Improvements will include but not be limited to (alongside the Lot 4 Partner): leading business improvements such as lean construction techniques, access services, logistics etc; and the provision of construction management professionals to support SL on non-Major Projects.
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: 1500000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 240
This contract is subject to renewal: yes
Description of renewals:  
SL reserves the right at its sole discretion to extend the duration of the PPP Project if required to enable completion of the delivery of Major Projects where their delivery will not be completed by the end of Year 20 of the PPP Project (see further VI.3 below).
II.2.9)

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

Envisaged number of candidates: 4
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
Detail on any potential options on which SL may wish to call will be set out in the ITN.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

SL estimates the PPP Project value to be between £3,000m & £4,500m based on the current identified scope (see MOI). The £7,000m estimated value in this Contract Notice recognises the challenge of estimating the total value of a Project with such longevity. See VI.3 ‘Additional Information’.
Lot 3 Estimated Value: £1,000m - £1,500m over the next 20 years (See MOI).
II.2)

Description

II.2.1)

Title

Process Construction Partner
Lot No:  4
II.2.2)

Additional CPV code(s)

45000000  -  Construction work
45200000  -  Works for complete or part construction and civil engineering work
45213250  -  Construction work for industrial buildings
45222100  -  Waste-treatment plant construction work
45222110  -  Waste disposal site construction work
66140000  -  Portfolio management services
71240000  -  Architectural, engineering and planning services
71242000  -  Project and design preparation, estimation of costs
71243000  -  Draft plans (systems and integration)
71244000  -  Calculation of costs, monitoring of costs
71245000  -  Approval plans, working drawings and specifications
71300000  -  Engineering services
71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
71320000  -  Engineering design services
71321000  -  Engineering design services for mechanical and electrical installations for buildings
71322000  -  Engineering design services for the construction of civil engineering works
71322100  -  Quantity surveying services for civil engineering works
71323000  -  Engineering-design services for industrial process and production
71324000  -  Quantity surveying services
71330000  -  Miscellaneous engineering services
71340000  -  Integrated engineering services
71350000  -  Engineering-related scientific and technical services
71540000  -  Construction management services
71541000  -  Construction project management services
72224000  -  Project management consultancy services
79410000  -  Business and management consultancy services
79421000  -  Project-management services other than for construction work
79994000  -  Contract administration services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

SL requires a Process Construction Partner with considerable construction management expertise in a regulated industry to contribute to Major Projects solutions and to manage and deliver the construction of Major Projects. In the early years these will be predominantly Major Projects with a process plant bias but this focus may change over time.
As regards the initial Major Projects, it is anticipated that the Lot 4 Process Construction Partner will be the lead Construction Partner for the SCP project, whilst the Lot 3 Civils Construction Partner will be the lead Construction Partner for the SRP Project. For the construction element of the other Major Projects, SL anticipates that approximately 50% will be led by the Lot 4 Partner. This proportion and the methodologies for the allocation of the construction elements of Major Projects will be further developed in the ITN and post award as part of the comprehensive procurement plan for the PPP Partnership.
The Lot 4 and Lot 3 Partners will work collaboratively together (and with the other PPP Partners) to develop an integrated supply chain as part of the procurement plan for the PPP Partnership to deliver the portfolio of Major Projects.
The scope of Lot 4 comprises Major Projects and Site-Wide Project Delivery Improvements.
Major Projects
Services in support of the delivery of these Major Projects individually and at a programme level will include but not be limited to:
• Managing the procurement and delivery of all services, materials and equipment required to deliver the construction programme including the provision, integration, quality management and oversight of supply chain arrangements, also incorporating the use of existing SL supply chain arrangements (such as category management contracts) for the construction supply chain;
• Managing the construction of Major Projects including:
- construction phase planning and associated logistics;
- onsite construction, installation and commissioning including the management, inspection and quality assurance of these activities;
• Supporting SL in its capacity as Intelligent Customer in the commissioning of Major Projects;
• Supporting the Lot 1 Partner in defining the delivery strategy for the Major Projects, including an overall acquisition strategy, cost estimates and delivery schedule development for the potential full portfolio of Major Projects, resource and capability planning;
• Support to the Lot 1 and 2 Partners throughout the project lifecycle in regard to constructability reviews, value engineering and value management, to ensure the integration of construction consideration and expertise into all phases of a Major Project;
• Supporting the PPP Partnership in developing and improving its construction arrangements through provision of expertise in construction methodology and benchmarking including design to support construction’s phased delivery and appropriate modularisation; and
• Supporting the Lot 1 and Lot 2 Partners in engaging with SL’s EPO and programmes to develop the future Major Projects, deliver studies and develop the forward schedule of Major Projects.
As with the other Lot Partners, the Process Construction Partner will be required to work with the other PPP Partners (i.e. the Lot Partners and Sellafield Ltd) to develop an aligned delivery culture for the PPP Partnership. SL will also make available people from within its organisation to work within the PPP Partnership to support the Lot Partners in the delivery of their respective services and works (see MOI).
Site-Wide Project Delivery Improvements
Site-Wide Project Delivery Improvements will include but not be limited to (alongside the Lot 3 Partner): leading business improvements such as lean construction techniques, access services, logistics etc; and the provision of construction management professionals to support SL on non-Major Projects.
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: 1500000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 240
This contract is subject to renewal: yes
Description of renewals:  
SL reserves the right at its sole discretion to extend the duration of the PPP Project if required to enable completion of the delivery of Major Projects where their delivery will not be completed by the end of Year 20 of the PPP Project (see further VI.3 below).
II.2.9)

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

Envisaged number of candidates: 4
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
Detail on any options on which SL may wish to call will be set out in the ITN.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

SL estimates the PPP Project value to be between £3,000m & £4,500m based on the current identified scope (see MOI). The £7,000m estimated value in this Contract Notice recognises the challenge of estimating the total value of a Project with such longevity. See VI.3 ‘Additional Information’.
Lot 4 Estimated Value: £1,000m - £1,500m over the next 20 years (See MOI).

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:  Selection criteria as stated in the procurement documents (see the Pre-Qualification Questionnaire Instructions).
Ultimate parent company guarantees will be expected (please see Question B3 in each of the Lot 1 - 4 Pre-Qualification Questionnaires).
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

Competitive procedure with negotiation
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)

Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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 124-221784
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  04/05/2017
Local time:  12:00
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

SL estimates the value of the PPP Project to be between £3,000m & £4,500m based on the current identified scope (see MOI). The £7,000m estimated value in this Contract Notice recognises the challenge of estimating the total value of a project with such longevity. It includes the estimated value of each of the 4 Lots. Based on SL experience over the last decade and beyond, it also recognises the potential for change/increase in the value range attached to the current identified scope. Such changes could, for example arise out of changes in: UK nuclear strategy; SL Site strategy; costs; changes in technologies; and the operation and development of the PPP Partnership. Any and all such change/increase in value will require SL internal approvals and be subject to detailed project definition, as appropriate, in line with SL’s gated project approval process. The duration of the PPP Project is currently stated to be 20 years. This duration coincides with the delivery of the last Major Project as currently envisaged in the portfolio of the Major Projects under the PPP Project. SL does not intend that a Major Project will be approved for delivery under the PPP Project if it has not reached the Detailed Design Gate in SL's Gated Process (see the MOI) by the end of the contract term. However, SL reserves the right at its sole discretion to extend the duration of the PPP Project to enable completion of any Major Projects the delivery of which would extend beyond the end of year 20 of the PPP Project. Each of the Lot Partners will be appointed to carry out a specific role in the partnership (see descriptions above). For the PPP Project, SL will have two different and distinct roles: first and foremost, its role as Intelligent Client and Intelligent Customer; secondly its role as the fifth delivery partner. Together, the 4 Lot Partners and SL (as a fifth PPP Partner) will constitute the PPP Partners/the PPP Partnership. Each of the Lot Partners appointed pursuant to the PPP procurement process will enter into two arrangements with SL: (i) a contract specific to each Lot Partner under which the Lot Partner will be required to provide the relevant services; and (ii) an Aligned Incentive Agreement ("AIA") which is intended to motivate collaboration, aligned behaviours, etc. and to assist in delivering SL's longer term objectives for the PPP. Lot Partners will be required to put in place subcontracting arrangements as necessary to deliver the PPP Project (the scope of which are included as part of this procurement process). Sub-contracting arrangements will not be subject to secondary competition via further EU contract notices. SL also has in place a range of existing site-wide framework agreements and contracts which may be utilised to fulfil those subcontracting requirements (see the MOI). Use of these existing arrangements will be for the PPP Partnership to determine together with SL and is expected to be most relevant for the Lot 3 and Lot 4 Partners. SL may wish to establish a pre-mobilisation phase post announcement of the preferred bidders. This may include the award of a preliminary contract to one or more of the Lot Partners to facilitate any such pre-mobilisation phase. The scope and value of any such pre-mobilisation contract is factored into the scope and value of each of the Lot contracts. Further detail on pre-mobilisation will be set out in the ITN. SL is committed to delivering improvements in social impact and will require the Lot Partners to actively contribute to the attainment of SL's social impact objectives (see MOI).
VI.4)

Procedures for review

VI.4.1)

Review body

N/A
London
UK

VI.4.2)

Body responsible for mediation procedures

Royal Courts of Justice
Strand
London
WC2A 2LL
UK
Internet address: http://www.justice.gov.uk

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Any appeals should be promptly brought to the attention of Richard Lennard of SL at the address specified in Section I above, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescales specified by the applicable law, including without limitation, the Public Contracts Regulations 2015. In accordance with the Public Contracts Regulations 2015, SL will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.
VI.5)

Date of dispatch of this notice

28/04/2017