Prior information notice

Information

Published

Expire date: 28/11/2022

External Reference: 2021-432492

Prior information notice

Prior information notice

Services

This notice is for prior information only

Section I: Contracting authority

I.1)

Name and addresses

CTM Portal for the NDA Shared Services Alliance
01002607
Calder Bridge
Seascale
CA20 1PG
UK
Contact person: Gemma Cardilli
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=14122&B=SELLAFIELD
Additional information can be obtained from
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

Online Standards Provision
Reference number:  PIN for PP7308
II.1.2)

Main CPV code

71356300  -  Technical support services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The scope is to provide comprehensive and up-to-date online engineering, technical information and legislative change notification service. This service shall be based upon specified and agreed technical information across Civil, Design, Mechanical, Electrical, Instrumentation, Ventilation, Process and other Engineering disciplines.
Sellafield Ltd intends to procure the services, as a Central Purchasing Body on behalf of the following Participating Entities (PE)
• Sellafield Ltd
• Direct Rail Services Ltd
• Dounreay Site Restoration Ltd
• LLW Repository Ltd
• Magnox Ltd
• National Nuclear Laboratory
• Radioactive Waste Management
• AWE Aldermaston
• International Nuclear Services
• Direct Rail Services Ltd *
• Nuclear Decommissioning Authority *
* may wish to join collaboration during the term of the contract.
Access to the services shall be by means of a common web-based access portal.
II.1.5)

Estimated total value

Value excluding VAT: 5000000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71320000  -  Engineering design services
71323200  -  Plant engineering design services
71330000  -  Miscellaneous engineering services
71336000  -  Engineering support services
71356100  -  Technical control services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

The scope is to provide comprehensive and up-to-date online engineering, technical information and legislative change notification service. This service shall be based upon specified and agreed technical information across Civil, Design, Mechanical, Electrical, Instrumentation, Ventilation, Process and other Engineering disciplines.
Sellafield Ltd intends to procure the services, as a Central Purchasing Body on behalf of the following Participating Entities (PE)
• Sellafield Ltd (SL)
• Direct Rail Services Ltd (DRS)
• Dounreay Site Restoration Ltd (DRSL)
• LLW Repository Ltd (LLWR)
• Magnox Ltd (MGX)
• National Nuclear Laboratory (NNL)
• Radioactive Waste Management (RWM)
• AWE Aldermaston
• International Nuclear Services (INS)
• Direct Rail Services Ltd (DRS)*
• Nuclear Decommissioning Authority (NDA)*
* may wish to join collaboration during the term of the contract.
Access to the services shall be by means of a common web-based access portal for each PE to access all of the material and the range of services provided and as specified for their entity. The service shall provide unlimited access to all documents for multiple users. Tenderers must state if there are any limitations on user numbers for access to the portal for each PE.
Each of the PEs may require access to all or only some of the services available under the contract. It is intended that each PE will specify its particular scope and will have separate billing and payment options which tenderers will be required to accommodate. PEs may increase or reduce in size due to changes to number of locations, employee numbers, etc throughout the duration of the contract. The agreement must have the ability to add and remove standards before award and as required at the point of renewal each year.
Contents Requirements:
The common standards that the majority of PEs require access to are as follows or equivalent:
• British Standards including the BS incorporation of Euro-norm and ISO standards -Active and Historical
• BS Publicly Available Standards (PAS).
• American Society of Mechanical Engineers (ASME) - Active and Historical
• American Society of Mechanical Engineers Boiler and Pressure Vessel Codes (ASME BPVC) - Active and Historical
• UK Engineering and Construction Industry technical information (CIS)
• Occupational Health and Safety technical information, legislation and guidance (OHSIS
• Environmental Management
Additional standards and services PEs may require access to our detailed below:
• IPC – Institute for interconnecting and Packaging Electronic Circuits
• AIA/NAS/Aer – active
• AIA/NAS/Aer – historical
• ACI -American Concrete Institute – Active and Historical
• ASCE – Active and Historical
• API – American Petroleum Institute – Active and Historical
• ASTM -American Society for Testing Materials – Active and Historical
• NATO
• DOD – Department of Defence
• MOD Defence specifications – Active and Historical
• MODUK – Defence Contracts and quality Assurance Documents
• ISO – International Organization for standardization – Active and Historical
• DIN – Deutsches Institut fur Normung e.V
• SAE – Society of Automotive Engineering
• Joint Service Publications (JSPs) - Active and Historical
• ESDU - Metallic materials data handbook
• AISC – American Institute of Steel Construction
• ANSI Collection
• ANS – American Nuclear Society – active
• IEEE Collection
• Network Rail Standards – Active and Historical
• US DoD standards (MIL SPECS etc) – Active and Historical
• TIA-644-A
• Defence standards (DEF-STANS)
• Specify-it
• IEC database 6061
• SAE/AMS&AS
The list above is not exhaustive and PEs may wish to use additional standards the service provider is able to offer, therefore the service provider must have the ability to create a bespoke package of a selection of standards to meet the needs of each individual PE, noting this could change before each contract year begins.
II.2.14)

Additional information

We would also be interested in any offerings of Knowledge collection packages the service provider could offer.
II.3)

Estimated date of publication of contract notice:

15/10/2021

Section IV: Procedure

IV.1)

Description

IV.1.8)

Information about the Government Procurement Agreement (GPA)

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

Administrative information

Section VI: Complementary information

VI.3)

Additional information

The intent of this notice is to understand if the Supply Chain:
a) Would be interested in the opportunity.
b) Have the capability to meet the full scope of this requirement.
c) If unable to meet the full scope of the requirement;
a. Advise what elements of the scope you can meet.
b. Advise if you have an alternative solution for the remainder of the scope.
The Service provider is also invited to identify other optional services that they can offer, that they believe to be relevant to the nuclear industry, in addition to those listed above.
The scope provided in this PIN notice is high level for further detail, please contact the email address below.
Please answer the above questions and provide a response to Gemma.l.cardilli@sellafieldsites.com by close of play Wednesday 17 November 2021.