Contract notice

Information

Published

Date of dispatch of this notice: 13/11/2019

Expire date: 13/12/2019

External Reference: 2019-465736

TED Reference: 2019/S 222-543559

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Sellafield Ltd
01002607
Paul King
Westlakes Science and Technology Park
Banna Court
UK
Contact person: Steven Macilwaine
Telephone: +44 01925832000
NUTS code:  UKD11 -  West Cumbria
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=11783&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

Sellafield Industrial Services Framework
Reference number:  11404
II.1.2)

Main CPV code

45262100  -  Scaffolding work
II.1.3)

Type of contract

Works
II.1.4)

Short description

The primary purpose of the Framework Opportunity is to ensure that a qualified and experienced blue-collar workforce continues to be readily available to deliver Industrial Services to support the delivery of asset care, maintenance and minor projects across the Sellafield sites. The requirement be will be split over two lots let for up to four years on a 3+1 basis (subject to Sellafield’s discretion), commencing in June 2020.
Lot 1: Access Services (CTM Reference 11404)
Lot 2: Asbestos and Insulation Services (CTM Reference 11405)
II.1.5)

Estimated total value

Value excluding VAT: 90000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Framework - Lot 1 - Access Services
Lot No:  1
II.2.2)

Additional CPV code(s)

34951000  -  Access platforms
42400000  -  Lifting and handling equipment and parts
42410000  -  Lifting and handling equipment
44212310  -  Scaffolding
44212315  -  Equipment for scaffolding
44212317  -  Scaffolding structures
45262110  -  Scaffolding dismantling work
45262120  -  Scaffolding erection work
51511000  -  Installation services of lifting and handling equipment, except lifts and escalators
51511100  -  Installation services of lifting equipment
II.2.3)

Place of performance

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

Description of the procurement

Lot 1 comprises of the following elements: the design, manufacture, installation and deployment of access systems including scaffolding, powered access systems, roped access, rigging, cranes and any other systems of providing Sellafield Ltd staff and contractor’s access to various locations at each of their facilities.
See CTM Reference 11404 for Lot 1 of the Procurement.
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: 70000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
Optional 12 month extension at the end of year 3 at Sellafield's discretion
II.2.9)

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

Maximum number: 5
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Optional 12 month extension at the end of year 3 at Sellafield's discretion
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)

Description

II.2.1)

Title

Sellafield Industrial Services Asbestos and Insulation Services
Lot No:  2
II.2.2)

Additional CPV code(s)

90650000  -  Asbestos removal services
45320000  -  Insulation work
45321000  -  Thermal insulation work
45262660  -  Asbestos-removal work
II.2.3)

Place of performance

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

Description of the procurement

Lot 2 Asbestos & Insulation Services: removal and replacement of thermal insulation including asbestos containing materials (ACM) and lagging. Methods employed will be varied and will include traditional removal methods and complete ACM coated component removal.
See CTM Reference 11405 for Lot 2 of the Procurement.
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: 20000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
Optional 12 month extension at the end of year 3 at Sellafield's discretion
II.2.9)

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

Maximum number: 5
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Optional 12 month extension at the end of year 3 at Sellafield's discretion
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 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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted 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:  2
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 128-311728
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  10/12/2019
Local time:  17:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 23/01/2020
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

Duration in months : 9  (from the date stated for receipt of tender)

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

Not Applicable
Not Applicable
UK

VI.4.2)

Body responsible for mediation procedures

Royal Courts of Justice
Strand
London
London
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 the contact 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, the Contracting Authority will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.