Tender

Integrated Asset Care

SELLAFIELD LTD

This public procurement record has 2 releases in its history.

TenderUpdate

23 Mar 2021 at 11:16

Tender

22 Jan 2021 at 15:40

Summary of the contracting process

The procurement process for the "Integrated Asset Care" project is being conducted by Sellafield Ltd, located in Workington, United Kingdom. This framework agreement falls under the construction work category, specifically for works that include Civil, Mechanical, and Electrical services primarily at the Sellafield site. As of now, the tender is in the active stage with a submission deadline that has been extended to 5th March 2021. The total value of the contract is estimated at £250,000,000 and has a potential duration of up to five years, with an optional one-year extension at the discretion of Sellafield Ltd. The tender follows a selective procurement method under a restricted procedure, facilitating a structured selection process for bidders.

This procurement opportunity presents significant prospects for businesses specialising in construction and asset care services. Companies engaged in civil engineering, mechanical and electrical works, as well as those providing project management and integrated project controls, would be particularly well-suited to compete for this contract. The scope involves not only the delivery of asset care and support operations but also coordination with existing frameworks at Sellafield Ltd, which hints at a collaborative environment beneficial for firms interested in long-term engagements in the nuclear decommissioning sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Integrated Asset Care

Notice 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.

Lot Information

Lot 1

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.

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

Renewal: 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-028caa
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/005842-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

50 - Repair and maintenance services

71 - Architectural, construction, engineering and inspection services


CPV Codes

45000000 - Construction work

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

Notice Value(s)

Tender Value
£250,000,000 £100M-£1B
Lots Value
£250,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
23 Mar 20214 years ago
Submission Deadline
26 Feb 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
SELLAFIELD LTD
Contact Name
Kevin Robertson
Contact Email
kevin.f.robertson@sellafieldsites.com
Contact Phone
+44 1946770611

Buyer Location

Locality
WORKINGTON
Postcode
CA14 4HB
Post Town
Carlisle
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD1 Cumbria
Small Region (ITL 3)
TLD13 Cumberland
Delivery Location
TLD11 West Cumbria

Local Authority
Cumberland
Electoral Ward
Harrington
Westminster Constituency
Whitehaven and Workington

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-028caa-2021-03-23T11:16:04Z",
    "date": "2021-03-23T11:16:04Z",
    "ocid": "ocds-h6vhtk-028caa",
    "description": "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.",
    "initiationType": "tender",
    "tender": {
        "id": "12615",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Integrated Asset Care",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "mainProcurementCategory": "works",
        "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.",
        "value": {
            "amount": 250000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "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.",
                "value": {
                    "amount": 250000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                },
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "As described in II2.7 there will be an optional 1 year extension at Sellafield Ltd discretion. The maximum term is 5 years."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45100000",
                        "description": "Site preparation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45200000",
                        "description": "Works for complete or part construction and civil engineering work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45220000",
                        "description": "Engineering works and construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45260000",
                        "description": "Roof works and other special trade construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45300000",
                        "description": "Building installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45400000",
                        "description": "Building completion work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50700000",
                        "description": "Repair and maintenance services of building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71500000",
                        "description": "Construction-related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD11"
                    }
                ],
                "deliveryLocation": {
                    "description": "Sellafield Site"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=12994&B=SELLAFIELD",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "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."
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-02-26T16:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 540
            }
        },
        "hasRecurrence": false,
        "reviewDetails": "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.",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2021-02-26T16:00:00Z"
                        },
                        "newValue": {
                            "date": "2021-03-05T16:00:00Z"
                        },
                        "where": {
                            "section": "IV",
                            "label": "2.2"
                        }
                    }
                ],
                "description": "Time limit for receipt of tenders or requests to participate extended to 05/03/2021 at 16:00"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-2940",
            "name": "Sellafield Ltd",
            "identifier": {
                "legalName": "Sellafield Ltd",
                "id": "01002607"
            },
            "address": {
                "streetAddress": "West Cumbria House",
                "locality": "Workington",
                "region": "UKD11",
                "postalCode": "CA14 4HB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Kevin Robertson",
                "telephone": "+44 1946770611",
                "email": "Kevin.f.robertson@sellafieldsites.com",
                "url": "https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=12994&B=SELLAFIELD"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/case-studies/shared-services-alliance-ssa-for-nuclear-decommissioning-estate",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Nuclear Decommissioning"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-439",
            "name": "Royal Courts of Justice",
            "identifier": {
                "legalName": "Royal Courts of Justice"
            },
            "address": {
                "streetAddress": "Strand",
                "locality": "London",
                "postalCode": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ],
            "details": {
                "url": "http://www.justice.gov.uk"
            }
        },
        {
            "id": "GB-FTS-2941",
            "name": "Kevin Robertson",
            "identifier": {
                "legalName": "Kevin Robertson"
            },
            "address": {
                "streetAddress": "West Cumbria House",
                "locality": "Workington",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "kevin.f.robertson@sellafieldsites.com"
            },
            "roles": [
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-2940",
        "name": "Sellafield Ltd"
    },
    "language": "en"
}