Contract notice

Information

Published

Expire date: 05/03/2021

External Reference: 2021-477828

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Sellafield Ltd
01002607
West Cumbria House
Workington
CA14 4HB
UK
Contact person: Kevin Robertson
Telephone: +44 1946770611
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=12994&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

Integrated Asset Care
Reference number:  12615
II.1.2)

Main CPV code

45000000  -  Construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

The Integrated Asset Care (IAC) framework will be a key delivery vehicle to provide core construction and asset care services to Sellafield Ltd. The scope of work will cover but will not be limited to the main disciplines of Civil, Mechanical and Electrical. These services will predominantly be delivered at the main Sellafield site; however, the IAC framework may also be required to deliver at alternative off site locations.
Previous publication(s) concerning this procedure;Prior Information Notice published, notice number in TED 2020/S 165-401547. Further detail can be found in CTM under reference 12397.
II.1.5)

Estimated total value

Value excluding VAT: 250000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

45100000  -  Site preparation work
45200000  -  Works for complete or part construction and civil engineering work
45220000  -  Engineering works and construction works
45260000  -  Roof works and other special trade construction works
45300000  -  Building installation work
45400000  -  Building completion work
50000000  -  Repair and maintenance services
50700000  -  Repair and maintenance services of building installations
71500000  -  Construction-related services
II.2.3)

Place of performance

Main site or place of performance:  
Sellafield Site
II.2.4)

Description of the procurement

The IAC framework will provide core construction and asset care services to Sellafield Ltd. This will include the IAC framework provider being responsible for project implementation, including:
• Installation, modifications and commissioning of plant and equipment and
their dismantlement and removal;
• Asset care and support activities;
• Coordination and collaboration with existing Sellafield Ltd frameworks,
e.g. Design Service Alliance (DSA);
• Programmatic delivery;
• Integrated project controls and project management.
The scope of work will cover but will not be limited to the main disciplines of Civil, Mechanical and Electrical.
Further details can be found in Sellafield Ltd Complete Tender Management (CTM) system under reference 12615.
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: 250000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
There will be an optional 1 year extension at Sellafield Ltd discretion. The maximum 5 year term is justified by the investment required. This investment includes the costs associated with mobilisation and transition including; site establishment setup, recruitment and development of the resources (including apprentices) and technology implementation.
II.2.9)

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

Envisaged number of candidates: 5
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
As described in II2.7 there will be an optional 1 year extension at Sellafield Ltd discretion. The maximum term is 5 years.
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

III.2.2)

Contract performance conditions

The Contract and associated performance conditions are included within the Procurement documents. Acceptance of the Terms & Conditions of Contract is a condition for the award of the Contract.
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing 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 a single operator
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  26/02/2021
Local time:  16:00
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 : 18  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

The Framework Agreement will be a bespoke framework agreement which, inter alia, set outs the process for awarding call off contracts during the Term. There will be 2 forms of call off contract used, the NEC3 Engineering and Construction Contract (as amended by Sellafield Ltd) and the NEC3 Term Service Contract (as amended by Sellafield Ltd).
A copy of the Form of Contract shall be uploaded to CTM during the Selection Questionnaire response period. Notification will be issued through CTM once available.
The value which is stated at II.1.5, is based on the maximum 5 year term.
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: 
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.
VI.4.4)

Service from which information about the review procedure may be obtained

Kevin Robertson
West Cumbria House
Workington
UK