Contract award notice

Information

Published

Date of dispatch of this notice: 07/06/2019

External Reference: 2019-412999

TED Reference: 2019/S 111-272889

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Sellafield Ltd
01002607
Hinton House
Warrington
WA3 6GR
UK
Contact person: Tim Smith
Telephone: +44 1925833433
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

Programme and Project Partners (PPP Project) Lot 1 - Integration Partner Contract Award Notice
Reference number:  PPP Lot 1 (CTM ref 10016 refers)
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

This notice is issued as a replacement to the award notice ref 2019/S 107-261590.
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 1 Integration Partner. Details of the associated contracts for Lots 2, 3 and 4 of the PPP Partnership are set out under separate contract award notices.
II.1.6)

Information about lots

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

Total value of the procurement

Value excluding VAT:  750000000.00  GBP
II.2)

Description

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

Main site or place of performance:  
Warrington
II.2.4)

Description of the procurement

The Integration Partner will 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-economic strategy and related strategies for organisational design, resource management, Most Appropriate 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 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 is 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 (as the "5th Partner") 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

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  70
Cost criterion  -  Name:  Cost  /  Weighting:  30
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

See VI.3 'Additional Information' re overall PPP Project Value. The Lot 1 estimated value of between 500 000 000 GBP and 750 000 000 GBP over the next 20 years represents the proportional scope of services which will be delivered by the Lot 1 Partner in the delivery of the PPP Project.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive procedure with negotiation
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: 2019/S 107-261590

Section V: Award of contract

Contract No: 1

Title: Programme and Project Partners (PPP Project) Lot 1 - Integration Partner Contract Award Notice

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

Award of contract

V.2.1)

Date of conclusion of the contract

01/05/2019
V.2.2)

Information about tenders

Number of tenders received:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Kellogg Brown and Root Ltd
00645125
Hill Park Court, Springfield Drive, Leatherhead
Surrey
KT22 7NL
UK

The contractor is an SME : no
V.2.4)

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

Total value of the contract/lot:  750000000.00  GBP

Section VI: Complementary information

VI.3)

Additional information

This contract notice is issued as a replacement to contract notice 2019/S 107-261590 to correct the contractor details which were published in error on the aforementioned contract notice.
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 1 Integration Partner. Details of the associated contracts for Lots 2, 3 and 4 of the PPP Partnership are set out under separate contract award notices.
SL estimates 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 includes the estimated value of each of the 4 Lots.
The estimated value of the Lot 1 contract reflects the proportionate value of the services that the Lot 1 Partner is expected to undertaken 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).
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: 
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 in Section I above.