Contract award notice

Information

Published

Date of dispatch of this notice: 17/06/2021

External Reference: 2021-463439

TED Reference: 2021/S 119-316816

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
West Cumbria House
Workington
CA14 4HB
UK
Contact person: Jack Brown
Telephone: +44 1946788099
NUTS code:  UKD11 -  West Cumbria
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

Provision of Topographical Surveys
Reference number:  12488
II.1.2)

Main CPV code

71351810  -  Topographical services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Provision of topographical survey services on the Sellafield Ltd site.
II.1.6)

Information about lots

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

Total value of the procurement

Value excluding VAT:  3940000.00  GBP
II.2)

Description

II.2.2)

Additional CPV code(s)

71353200  -  Dimensional surveying services
71355200  -  Ordnance surveying
II.2.3)

Place of performance

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

Description of the procurement

Topographical Survey, GIS & Planning Tender Scope.
Purpose:
• Undertake various types of Geospatial Survey for various Sellafield Operating Units.
• Maintaining the Sellafield Survey Control Network.
• Provide support service to the Spatial Planning to facilitate compliance with SLC16
• Provide support to the GIS capability.
• Support the Planning Team for matters pertaining to local authority planning, building regulations and forward land planning strategies.
Specific examples of typical task include but are not limited to:
• SLC16 GIS dataset updates,
• Updating SL asset registers (land and buildings),
• Future land allocation,
• High Resolution Orthorectified Aerial Imagery Capture,
• Site Wide (external) and Internal 360° Photosphere Capture
• Spatial data capture,
• Electronic and Physical Map productions using ESRI Arc GIS Pro/ ArcGIS Desktop,
• Spatial data transformation and analysis for data driven decisions making using FME and/or ESRI Arc GIS Pro/ ArcGIS Desktop,
• ESRI Enterprise (Portal) Map and App creation.
• Creating custom ESRI Portal App widget (TypeScript/JavaScript web development)
• GIS Systems Management - supporting ESRI Infrastructure administration utilising the ESRI PYTHON API,
• Contributing to planning and building regulation submissions
• General data collection, data clean-up
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Health & Safety  /  Weighting:  15
Quality criterion  -  Name:  Quality  /  Weighting:  22
Quality criterion  -  Name:  Resourcing  /  Weighting:  8
Quality criterion  -  Name:  Technical  /  Weighting:  55
Price  -  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

Tenderers are invited to complete the Tenders and to submit them, together with any requested supporting information and completed Appendices, in accordance with the requirements of this ITT via CTM by 12:00 (GMT) on the Tender Submission Deadline.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
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: 2020/S 165-401594
IV.2.9)

Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice

Section V: Award of contract

Contract No: 1

Title: Provision of Topographical Surveys.

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

Award of contract

V.2.1)

Date of conclusion of the contract

01/06/2021
V.2.2)

Information about tenders

Number of tenders received:  9
Number of tenders received from SMEs:  4
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  9
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Tetra Tech Limited
1959704
Unit 6, Lakeland Business Park
Cockermouth
CA13 0QT
UK
Telephone: +44 1900898600
NUTS code:  UKD11 -  West Cumbria

The contractor is an SME : no
V.2.4)

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

Initial estimated total value of the contract/lot:  3940000.00  GBP
Lowest offer:  3940000.00  GBP / Highest offer:  3940000.00  GBP   taken into consideration

Section VI: Complementary information

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.
VI.4.4)

Service from which information about the review procedure may be obtained

Sellafield Limited
Seascale
CA20 1PG
UK