Contract notice

Information

Published

Date of dispatch of this notice: 07/03/2019

Expire date: 15/04/2019

External Reference: 2019-459848

TED Reference: 2019/S 050-115078

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: Beatrice Fraser
Telephone: +44 1946788269
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=11205&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

Enabling Innovation Framework
Reference number:  EIF
II.1.2)

Main CPV code

71330000  -  Miscellaneous engineering services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The EIF is a professional services framework which delivers strategic tasks and tactical tasks. Strategic tasks support multiple business areas across Sellafield Ltd and tactical tasks support single business areas in Sellafield Ltd.
The EIF scope includes from the initial identification of the need through problem definition and provides focussed technical and digital support / solutions and subsequent support to key decision making.
The EIF is focussed on the enabling of innovation rather than the delivery of innovation i.e. developing the parameters and mechanisms which will allow the achievement of innovation. As such during the problem definition and framing phase the EIF will work with the Sellafield Ltd Intelligent Client in providing rigour and challenge at the very front end of problem definition and optioneering to maximise opportunities for creative solutions with the capability of taking tasks to the point of ‘proof of concept’.
II.1.5)

Estimated total value

Value excluding VAT: 19000000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71300000  -  Engineering services
71340000  -  Integrated engineering services
79421000  -  Project-management services other than for construction work
71356000  -  Technical services
II.2.4)

Description of the procurement

The EIF Scope is primarily around problem definition and framing, studies, developing functional requirements, preparing business cases and interventions for which the categories, outputs and deliverables. The below listed attached documents provide further detail around the areas of the Sellafield Ltd business that the EIF will support as well as typical inputs and outputs for work packages:
• Sellafield Ltd Corporate Strategy
• Strategy Management Framework
• SLM 1.10.03 – The Sellafield Gated Process,
• SLP 3.07.900 – How do I Prepare a Study,
• SLP 1.10.131 – How do I Prepare a Functional Specification
• SLP 1.10.130 – How do I prepare a Business Case.
The Sellafield Ltd Corporate Strategy and Strategy Management Framework provide broader organisational context and detail around the purpose and challenges of the value streams (Retrievals, Remediation, Spent Fuel Management, Special Nuclear Materials and Integrated Waste Management) and the business critical enablers.
In summary the scope of the EIF encompasses:
• Support to problem framing: establishing clarity over needs and priorities and
providing technical / digital support;
• Help in establishing project purpose, principles, roles and tasks before the detail
is decided
• Problem definition: help in translating service requirements into clear functional /
technical / digital requirements;
• Support to studies;
• Support for problem solving and recovery of stalled projects through enabling
services or focussed technical and digital support / solutions;
• Support to establishing correct measures, metrics and targets for success;
• Improving understanding of supply chain capability;
• Supporting challenge to unnecessarily bespoke solutions, application of
unnecessary standards and “specialist” requirements through enabling services
or focussed technical / digital solutions;
• Support to constructive challenge of ongoing requirements and cost estimates;
• Relationship based: allowing the supply chain to offer up new technologies and
innovations, which have not been solicited by a Sellafield Ltd client that may
bring significant return on investment.
Although the individual work packages are typically small and have a low monetary value they provide an opportunity to drive high added value.
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: 19000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
SL reserves the right at its sole discretion to extend the duration of the EIF if required to enable completion of the delivery of Tasks where their delivery will not be completed by the end of of the EIF.
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
II.2.14)

Additional information

SL estimates the EIF value to be between 16000000 GBP and 19000 000 000 GBP based on the current identified scope The 19 000 000 000 GBP estimated value in this Contract Notice recognises the maximum value over the total life of the Framework.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

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

III.2.2)

Contract performance conditions

Continued failure to meet the agreed KPI targets may result in the Supplier being suspended from being awarded any new EIF tasks until they meet the requirements of any improvement plan that is put in place to rectify performance against the KPIs. Continued failure will be deemed to be failure to meet expected targets on three successive months.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open 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 several operators
Envisaged maximum number of participants to the framework agreement:  10
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  08/04/2019
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  01/08/2019
IV.2.7)

Conditions for opening of tenders

Date:  08/04/2019
Local time:  12:00

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

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 Andrew van Schaick 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.