Notice Information
Notice Title
Online Standards Provision
Notice Description
The scope is to provide comprehensive and up-to-date online engineering, technical information and a legislative change notification service. This service is based upon specified technical information across Civil, Design, Mechanical, Electrical, Instrumentation, Ventilation, Process and other Engineering disciplines. Access to the services is by means of a common web-based access portal for each Participating Entity 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. The proposed duration is one-year initial term followed by three optional extensions each of one year duration.
Lot Information
Lot 1
The Nuclear Decommissioning Authority (NDA) owns a number of UK nuclear sites. These sites have a need to access engineering and technical information. The requirement covers the provision of an online service to provide access to a range of engineering and technical information by the Participating Entities. The scope covers comprehensive and up-to-date online engineering, technical information and legislative change notification service. The service is based upon specified and agreed technical information across Civil, Design, Mechanical, Electrical, Instrumentation, Ventilation, Process and other Engineering disciplines. This is a collaborative procurement across the NDA estate with Sellafield Ltd acting as collaborative lead to establish the framework, however each of the listed Participation Entities (see below) will be entering into their own contractual arrangements in relation to the framework call-offs. Participating Entities are Sellafield Ltd; Magnox Ltd; Dounreay Site Restoration Ltd (DSRL); Nuclear Waste Services (joint trading name of both LLW Repository Ltd (LLWR)) and Radioactive Waste Management Ltd (RWM), International Nuclear Services (INS) operated by Nuclear Transport Solutions (NTS) and AWE Aldermaston. The common core standards that the Participating Entities 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 Other standards that the various Participating Entities require access to are as follows: * 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
Procurement Information
Due to the heavily regulated nature of the industries within which the Participating Entities work, it is imperative to have access to up-to-date access to all relevant legislation, guidance and operating standards and procedures relevant to those organisations. In particular, our requirement for this information to be available through one single access portal is to ensure that all relevant information can be made available to users quickly and efficiently so as to mitigate the risk of oversight / conflict that may occur if users had to switch between multiple platforms. Furthermore, from a security and safety perspective, limiting the number of external platforms for users to access is an important consideration to Sellafield Ltd and the other Participating Entities given our obligation to maintain safe and secure sites. Sellafield Ltd has, through the publication of a Prior Information Notice (PIN), outlined its functional specification for the Online Standards Service, the intent of the PIN was to inform and understand the Supply Chain therefore the following requests was included within the notice: "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." In doing so SL only received one expression of interest from IHS (Global) Ltd ("IHS") confirm that it is able to meet the requirement in full. It has been determined following the that in the current circumstances competition to deliver the services is absent for technical reasons and that, pursuant to Regulation 32(2)(b)(ii) of the Public Contracts Regulations 2015, Sellafield may award a contract to IHS using the negotiated procedure without prior publication of a contract notice in the Find a Tender Service. In particular, based upon its market engagement and responses through the publication of the PIN, the Participating Entities consider that there is no practical alternative to contracting with IHS for the provision of the services, given that IHS is the only organisation who has responded positively to being able to provide to the Participating Entities access to all the required standards through a single access portal.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-038945
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/033840-2022
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Limited
- Procurement Method Details
- Negotiated without publication of a contract notice
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71320000 - Engineering design services
71323200 - Plant engineering design services
71330000 - Miscellaneous engineering services
71336000 - Engineering support services
71356100 - Technical control services
71356300 - Technical support services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £5,500,000 £1M-£10M
Notice Dates
- Publication Date
- 29 Nov 20223 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 28 Nov 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SELLAFIELD LIMITED
- Contact Name
- Christine Davies
- Contact Email
- chrisitne.v.davies@sellafieldsites.com
- Contact Phone
- +44 1925832000
Buyer Location
- Locality
- WARRINGTON
- Postcode
- WA3 6GR
- Post Town
- Warrington
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD6 Cheshire
- Small Region (ITL 3)
- TLD61 Warrington
- Delivery Location
- Not specified
-
- Local Authority
- Warrington
- Electoral Ward
- Birchwood
- Westminster Constituency
- Warrington North
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-038945-2022-11-29T16:33:47Z",
"date": "2022-11-29T16:33:47Z",
"ocid": "ocds-h6vhtk-038945",
"initiationType": "tender",
"tender": {
"id": "OS Notice2",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Online Standards Provision",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71356300",
"description": "Technical support services"
},
"mainProcurementCategory": "services",
"description": "The scope is to provide comprehensive and up-to-date online engineering, technical information and a legislative change notification service. This service is based upon specified technical information across Civil, Design, Mechanical, Electrical, Instrumentation, Ventilation, Process and other Engineering disciplines. Access to the services is by means of a common web-based access portal for each Participating Entity 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. The proposed duration is one-year initial term followed by three optional extensions each of one year duration.",
"lots": [
{
"id": "1",
"description": "The Nuclear Decommissioning Authority (NDA) owns a number of UK nuclear sites. These sites have a need to access engineering and technical information. The requirement covers the provision of an online service to provide access to a range of engineering and technical information by the Participating Entities. The scope covers comprehensive and up-to-date online engineering, technical information and legislative change notification service. The service is based upon specified and agreed technical information across Civil, Design, Mechanical, Electrical, Instrumentation, Ventilation, Process and other Engineering disciplines. This is a collaborative procurement across the NDA estate with Sellafield Ltd acting as collaborative lead to establish the framework, however each of the listed Participation Entities (see below) will be entering into their own contractual arrangements in relation to the framework call-offs. Participating Entities are Sellafield Ltd; Magnox Ltd; Dounreay Site Restoration Ltd (DSRL); Nuclear Waste Services (joint trading name of both LLW Repository Ltd (LLWR)) and Radioactive Waste Management Ltd (RWM), International Nuclear Services (INS) operated by Nuclear Transport Solutions (NTS) and AWE Aldermaston. The common core standards that the Participating Entities 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 Other standards that the various Participating Entities require access to are as follows: * 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",
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71323200",
"description": "Plant engineering design services"
},
{
"scheme": "CPV",
"id": "71330000",
"description": "Miscellaneous engineering services"
},
{
"scheme": "CPV",
"id": "71336000",
"description": "Engineering support services"
},
{
"scheme": "CPV",
"id": "71356100",
"description": "Technical control services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Negotiated without publication of a contract notice",
"techniques": {
"hasFrameworkAgreement": true
},
"coveredBy": [
"GPA"
],
"reviewDetails": "Sellafield Ltd will observe a standstill period of at least 10 days prior to concluding the contractual arrangements with IHS (Global) ltd. Correspondence regarding this award should be direct to the person V1.4.1 Review Body.",
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_TECHNICAL",
"description": "The works, supplies or services can be provided only by a particular economic operator due to absence of competition for technical reasons"
}
],
"procurementMethodRationale": "Due to the heavily regulated nature of the industries within which the Participating Entities work, it is imperative to have access to up-to-date access to all relevant legislation, guidance and operating standards and procedures relevant to those organisations. In particular, our requirement for this information to be available through one single access portal is to ensure that all relevant information can be made available to users quickly and efficiently so as to mitigate the risk of oversight / conflict that may occur if users had to switch between multiple platforms. Furthermore, from a security and safety perspective, limiting the number of external platforms for users to access is an important consideration to Sellafield Ltd and the other Participating Entities given our obligation to maintain safe and secure sites. Sellafield Ltd has, through the publication of a Prior Information Notice (PIN), outlined its functional specification for the Online Standards Service, the intent of the PIN was to inform and understand the Supply Chain therefore the following requests was included within the notice: \"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.\" In doing so SL only received one expression of interest from IHS (Global) Ltd (\"IHS\") confirm that it is able to meet the requirement in full. It has been determined following the that in the current circumstances competition to deliver the services is absent for technical reasons and that, pursuant to Regulation 32(2)(b)(ii) of the Public Contracts Regulations 2015, Sellafield may award a contract to IHS using the negotiated procedure without prior publication of a contract notice in the Find a Tender Service. In particular, based upon its market engagement and responses through the publication of the PIN, the Participating Entities consider that there is no practical alternative to contracting with IHS for the provision of the services, given that IHS is the only organisation who has responded positively to being able to provide to the Participating Entities access to all the required standards through a single access portal."
},
"awards": [
{
"id": "033840-2022-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-69711",
"name": "IHS Global Ltd"
}
]
}
],
"parties": [
{
"id": "GB-FTS-69710",
"name": "Sellafield Limited",
"identifier": {
"legalName": "Sellafield Limited",
"id": "01002607"
},
"address": {
"streetAddress": "Hinton House. Birchwood Park Avenue",
"locality": "Warrington",
"region": "UK",
"postalCode": "WA3 6GR",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Christine Davies",
"telephone": "+44 1925832000",
"email": "Chrisitne.v.davies@sellafieldsites.com"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/sellafield-ltd",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "09",
"description": "Education"
}
]
}
},
{
"id": "GB-FTS-69711",
"name": "IHS Global Ltd",
"identifier": {
"legalName": "IHS Global Ltd",
"id": "00788737"
},
"address": {
"streetAddress": "25 Ropemaker Street",
"locality": "London",
"region": "UK",
"postalCode": "EC2Y 9LY",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2072602000"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-69712",
"name": "Sellafield Limited",
"identifier": {
"legalName": "Sellafield Limited"
},
"address": {
"streetAddress": "Hinton House",
"locality": "Warrington",
"postalCode": "WA3 6GR",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "supply.chain.enquiries@sellafieldsites.com"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-1091",
"name": "N/A",
"identifier": {
"legalName": "N/A"
},
"address": {
"locality": "N/A",
"countryName": "United Kingdom"
},
"roles": [
"mediationBody"
]
},
{
"id": "GB-FTS-69713",
"name": "Sellafield Limited - Supply Chain Enquiries",
"identifier": {
"legalName": "Sellafield Limited - Supply Chain Enquiries"
},
"address": {
"streetAddress": "Sellafield Ltd, Hinton House. Birchwood Park Avenue",
"locality": "Warrington",
"postalCode": "WA3 6GR",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1946728333",
"email": "supply.chain.enquiries@sellafieldsites.com"
},
"roles": [
"reviewContactPoint"
],
"details": {
"url": "https://www.gov.uk/government/organisations/sellafield-ltd"
}
}
],
"buyer": {
"id": "GB-FTS-69710",
"name": "Sellafield Limited"
},
"contracts": [
{
"id": "033840-2022-1",
"awardID": "033840-2022-1",
"status": "active",
"value": {
"amount": 5500000,
"currency": "GBP"
},
"dateSigned": "2022-11-28T00:00:00Z"
}
],
"language": "en"
}