Contract notice

Information

Published

Expire date: 05/02/2021

External Reference: 2021-439670

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Sellafield Ltd
01002607
Calder Bridge
Seascale
CA20 1PG
UK
Contact person: Louise Corkhill
Telephone: +44 1946781178
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=13242&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

Provision of Environmental and Conventional Health & Safety Services
Reference number:  05012021LAC
II.1.2)

Main CPV code

90721000  -  Environmental safety services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Lot 1: Environmental Services Lot 2: Conventional Health & Safety Services
II.1.5)

Estimated total value

Value excluding VAT: 5000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  2
II.2)

Description

II.2.1)

Title

Environmental Services
Lot No:  1
II.2.2)

Additional CPV code(s)

80540000  -  Environmental training services
90700000  -  Environmental services
90711000  -  Environmental impact assessment other than for construction
90711200  -  Environmental standards other than for construction
90711300  -  Environmental indicators analysis other than for construction
90711400  -  Environmental Impact Assessment (EIA) services other than for construction
90711500  -  Environmental monitoring other than for construction
90713000  -  Environmental issues consultancy services
90714100  -  Environmental information systems
II.2.3)

Place of performance

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

Description of the procurement

Lot 1: Environmental Services
Lot 1: Environmental Services
Support may be required at Sellafield for the delivery of Environmental services.
The provision of technical support services to augment Sellafield Ltd.’s own
technical support teams, to deliver advice and guidance in accordance with
relevant legal and regulatory requirements, Sellafield Ltd.’s Site Licence
Conditions, policies, procedures and working practices.
The tenderer may choose to sub-contract any part or parts of the work to any
II.2)
II.2.1)
II.2.2)
II.2.3)
II.2.4)
other party (including associate, subsidiary or parent organisations) this should
be declared, and the relevant details provided as and when requested.
Sellafield Ltd require a minimum of three years proven experience conducting
the type or worked detailed in the Work Package. This work must be on
industrial premises of a similar size to that detailed in the. Work Package.
For each work package there may be a range of tasks associated with the
production of one or a suite of defined deliverables. These could include, but not
be limited to, any of the following:
Group A: Development and application of modelling codes and numerical
analysis
Group B: Environmental monitoring
Group C: Regulatory compliance and improvement
Group D: Legislation review, training and technical support
Group E: Site characterisation
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: 3000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 27/07/2021  /  End: 26/07/2025
This contract is subject to renewal: no
II.2.9)

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

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Top 6 scoring candidates at SQ Stage as advised in the procurement documentation.
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)

Description

II.2.1)

Title

Conventional Health & Safety Services
Lot No:  2
II.2.2)

Additional CPV code(s)

71317200  -  Health and safety services
71317210  -  Health and safety consultancy services
79417000  -  Safety consultancy services
80550000  -  Safety training services
90721000  -  Environmental safety services
II.2.3)

Place of performance

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

Description of the procurement

Scope Lot 2: Safety Services
Lot 2 relates to the provision of technical support services in the area of Safety
Services for Sellafield Ltd. This service augments Sellafield Ltd.’s own technical
support teams, to deliver advice and guidance in accordance with relevant legal
and regulatory requirements for each specific subject matter, for example for
Legionella in compliance with the Control of Substances Hazardous to Health
Regulations 2002 and Approved Code of Practice L8.
For each Work Package there may be a range of tasks associated with the
production of one or a suite of defined deliverables. This may result in a
Sellafield Task Request being issued as part of the Work Package for all/some
of the required work. The Task Request will be specified by Sellafield Ltd
personnel and include a detailed scope of work, this will be agreed before any
work is started. All constraints, and Exclusions will be agreed during the scoping
of the task.
These could include, but not be limited to, any of the following:
II.3)
IV.1)
IV.1.8)
IV.2)
VI.3)
Group A: Occupational Hygiene
Group B: Chemical Safety
Group C: Conventional Safety
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: 2000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 27/07/2021  /  End: 26/07/2025
This contract is subject to renewal: no
II.2.9)

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

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Top 6 scoring candidates at SQ Stage as advised in the procurement documentation
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

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:  4
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  05/02/2021
Local time:  12:00
IV.2.3)

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

Date: 23/03/2021
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 : 12  (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

Royal Courts of Justice
Strand
London
London
UK
Internet address: http://www.justice.gov.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: 
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.