Awarded Contract

Information

Published

Date of dispatch of this notice: 31/05/2019

External Reference: 7f0dbfe8-34f9-4cb5-a8f8-3ae39f830cad

Awarded Contract

Cached Version

Preliminary Data

Type of contract: Services
Procedure: Negotiated
Awarded Procedure Type: Negotiated

Contact information

Official name: Sellafield Ltd
Url: https://www.gov.uk/government/case-studies/shared-services-alliance-ssa-for-nuclear-decommissioning-estate
Address line 1: Hinton House
Address line 2:Cheshire
Town: Warrington
Postal Code: WA3 6GR
Country: England
Contact person: Tim Smith
E-mail: Tim.z.smith@sellafieldsites.com
Phone: +44 1925833433

Contract information

Title attributed to the contract: Programme and Project Partners (PPP Project) Lot 2 - Final Tender
Description:

Sellafield Ltd (‘SL’) has brought together four partners (‘Lot Partners’) to collaborate with one another and with SL to deliver the portfolio of Major Projects SL is expected to deliver under its Site Licence obligations over the next 20 years. In delivering this portfolio of Major Projects, SL will 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. 
The award of this contract is made with reference to the original contract notice 2017/s 085-165725 and relates to the award of a contract for the Lot 2 Design and Engineering Partner.  Details of the associated contracts for Lots 1, 3 and 4 of the PPP Partnership are set out under separate contract award notices.

Common procurement vocabulary (CPV)
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
71000000   Architectural, construction, engineering and inspection 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

Dates
Expire date: 16/03/2018
Contract start date: 01/05/2019
Contract end date: 01/05/2039

Values
Lowest value: 500000000
Highest value: 750000000

Complementary information

Is this suitable for SME (Small and Medium Enterprises)?:
Is this suitable for VCSE (Voluntary Community and Social Enterprise)?:
Postal Code: WA3 6GR

Additional Details

Attachment 0
https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=10337&B=SELLAFIELD

Additional data
Attachment 1
https://sharedsystems.eu-supply.com/ctm/Company/CompanyInformation/Index/3510

User / Company

Award Information

Awarded Date: 30/05/2019
Awarded Value: 750,000,000.00
Contract start date: 01/05/2019
Contract end date: 01/05/2039

Supplier Information 0
Supplier's name:
Wood Nuclear Ltd
Supplier's address:
Booths Park Chelford Road Knutsford Cheshire WA16 8QZ
Contact person:
DUNS number of supplier:
211991708
Additional information:

AnnexD

Additional Information:

Sellafield Ltd has engaged 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 is to coordinate 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 (as the "5th partner") 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.

Complementary Information:

The award of this contract is made with reference to the original contract notice 2017/s 085-165725 and relates to the award of a contract for the Lot 2 Design and Engineering Partner.  Details of the associated contracts for Lots 1, 3 and 4 of the PPP Partnership are set out under separate contract award notices.
SL estimated the value of the PPP Project to be between 3 000 000 000 GBP and 4 500 000 000 GBP based on the current identified scope (see MOI). The 7 000 000 000 GBP estimated value in the Contract Notice recognised the challenge of estimating the total value of a project with such longevity. It included the estimated value of each of the 4 Lots. The estimated value of the Lot 2 contract reflects the proportionate value of the services that the Lot 2 Partner is expected to undertake in the delivery of the PPP Project based on the current identified scope.  These estimates are based on SL experience over the last decade and beyond, it also recognised 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 has reserved 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 have been 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 employees will take on roles within the delivery teams as the fifth delivery partner. Together, the 4 Lot Partners and SL employees (as a fifth PPP Partner) constitute the PPP Partners/the PPP Partnership. Each of the Lot Partners appointed pursuant to the PPP procurement process have entered 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 are 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 is committed to delivering improvements in social economics and requires the Lot Partners to actively contribute to the attainment of SL's social impact objectives (see MOI).

Procedures for review
Body responsible for mediation procedures 
Royal Courts of Justice
14 / 14
Strand
London
WC2A 2LL
United Kingdom
Internet address: http://www.justice.gov.uk 
Review procedure
Precise information on deadline(s) for review procedures:
The minimum 10 calendar day standstill period from the date information on award of contract was communicated to tenderers has been observed, and has now lapsed. The requirements of the Public Contracts Regulations 2015 have been met. Any correspondence relating to this Contract Award Notice should be brought to the attention of Richard Lennard of SL at the address specified.