Contract award notice

Information

Published

Date of dispatch of this notice: 08/02/2019

External Reference: 2019-469022

TED Reference: 2019/S 030-066840

Contract award notice

Cached Version

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Sellafield Ltd
01002607
Calder Bridge
Seascale
CA20 1PG
UK
Contact person: Craig Wade
Telephone: +44 1925833049
NUTS code:  UKD11 -  West Cumbria
Internet address(es):
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

Invitiation to Tender for the Supply of Control Systems
Reference number:  5867
II.1.2)

Main CPV code

48151000  -  Computer control system
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Sellafield Ltd wish to award a single supplier sitewide contract for the supply of control systems for a potential value of £49.5M-£51.69M over a 10 year period. Please note, the above values are estimates only and Sellafield gives no guarantee of workload commitment.
Over the next ten years Sellafield Ltd has currently identified a requirement to deliver 36 Control System packages for categorised projects and major projects. The creation of a direct long term 10 year relationship will enable access to key supply chain knowledge to deliver cost effective, standardised fit for purpose control system solutions.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  49500000.00  GBP
II.2)

Description

II.2.2)

Additional CPV code(s)

48151000  -  Computer control system
II.2.3)

Place of performance

NUTS code:  UKD11 -  West Cumbria
Main site or place of performance:  
Sellafield, CA20 1PG
II.2.4)

Description of the procurement

A control system is defined as system for control, protection or monitoring based on one or more programmable electronic devices including all elements of the system such as power supplies and other devices, data highways and other communication paths, and other output devices.
The scope of supply for this contract will include;
• Support to studies
• Development of the Coding standards
• Software and architecture development to meet system requirements
• Concept and preliminary design
• System detail design, including support to system cybersecurity risk assessments
• Establishment of common device libraries
• Provision of equipment to the required schedule
• Factory Acceptance Testing
• Technical support to inactive Commissioning of the system
• Support to installation provider and active commissioning
• Spares Obsolescence Strategy (Test and certify spares, support reduction in spares)
• Technical support to CSG and obsolescence management across the whole site for both new and refurbishment work
• Provision of training to Sellafield Ltd staff where appropriate
II.2.5)

Award criteria

Criteria below
Price
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 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
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: 2018/S 025-052793

Section V: Award of contract

Contract No: 1

Title: Invitiation to Tender for the Supply of Control Systems

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

18/12/2018
V.2.2)

Information about tenders

Number of tenders received:  8
Number of tenders received by electronic means:  8
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Wood Nuclear Limited
01120437
Booths Park
Chelford Road
WA16 8QZ
UK
Telephone: +44 1925675331
NUTS code:  UKD61 -  Warrington
Internet address: http://www.woodplc.com/

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:  49500000.00  GBP
Total value of the contract/lot:  49500000.00  GBP

Section VI: Complementary information

VI.3)

Additional information

The duration of the control systems contract is envisaged as being ten years, this coincides with Sellafield Ltd's current demand profile. Whilst it is not envisaged that any order for supplies will be placed following the end of the contract term, Sellafield Ltd reserves the right at its sole discretion, to extend the duration of the control systems contract if required to enable the completion of any categorised or major project where their delivery will not be completed by the end of the 10 year contract.
Market Engagement has taken place with the supply chain in advance of this Contract Notice Prior Information Notices 2017/S 236-489341, 2017/S 202-415207 and 2017/S 090-176304 refer. The input/output of which, is available in the procurement documents in the link detailed within part I.3 above.
Tenderers may be required to put in place sub-contracts as necessary to deliver the services under this contract. The tenderer will also be expected to work with other Sellafield Ltd suppliers including the Decommissioning Delivery Partners, Infrastructure Strategic Alliance, Design Services Alliance, Project and Programme Partner, Operational Site Works and others as appropriate.
Sellafield may terminate or suspend the award process at any time without incurring any cost or liability. Sellafield does not bind itself to enter into any contract arising out of the procedures envisaged by this notice. No contractual rights express or implied arise out of this notice or the procedures envisaged by it. Sellafield will not be liable in any way to any candidate or tenderer for any cost incurred in connection with this procurement process. Sellafield reserves the right to disqualify any candidate who provides information or confirmations which later prove to be untrue or incorrect, does not supply the information required by this notice or as otherwise directed by Sellafield during the procurement process.
Any resulting contracts will be considered contracts made in England according to English law..
Following contract award there will be a handover phase between the existing service delivery framework for Control Systems to this new arrangement.
VI.4)

Procedures for review

VI.4.1)

Review body

Royal Courts of Justice
Strand
London
UK

VI.4.2)

Body responsible for mediation procedures

London Court of International Arbitration
70 Fleet Street
London
EC14 1EU
UK
Telephone: +44 2079367008

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Any appeals should be promptly brought to the attention of the Review body at the Royal Courts of Justice address or to Stuart A Wilson Supply Chain Ombudsman on the email and telephone number provided, 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 Contract Regulations 2015, Sellafield Ltd will also incorporate a minimum ten calendar day standstill period from the date information regarding award of the contract is communicated to the tenderers.
VI.4.4)

Service from which information about the review procedure may be obtained

Sellafield Ltd
Hinton House, Birchwood Park Avenue, Risley
Warrington
WA3 6GR
UK
Telephone: +44 1925833049