Construction Tenders

Sat May 18 2024

Related Information

Construction Contract Leads

North West

Category Works

Type

No. of Lots 4

Status Active

Published 31st Jul 2023

Tender Details
Referenceocds-h6vhtk-03ebdd
Common Procurement VocabularyConstruction work
Procurement MethodRestricted procedure
Value£4,600,000,000
More Tenders »

North West

Category Works

Type

No. of Lots 4

Status Active

Published 31st Jul 2023

Tender Details
Referenceocds-h6vhtk-03ebdd
Common Procurement VocabularyConstruction work
Procurement MethodRestricted procedure
Value£4,600,000,000

Section I: Contracting authority

I.1) Name and addresses

Sellafield Ltd

Hinton House, Birchwood Park Avenue

Warrington

WA36GR

Contact

DNWP Competition Team

Email

stephen.x.williams [at] sellafieldsites.com

Country

United Kingdom

NUTS code

UKD1 - Cumbria

Internet address(es)

Main address

https://www.gov.uk/government/organisations/sellafield-ltd

Buyer's address

https://www.gov.uk/government/organisations/sellafield-ltd

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

http://one-nda.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned 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

Decommissioning Nuclear Waste Partnership (DNWP)

II.1.2) Main CPV code

  • 45000000 - Construction work

II.1.3) Type of contract

Works

II.1.4) Short description

Sellafield Ltd, through the Decommissioning and Nuclear Waste Partners (DNWP) Framework opportunity, is seeking to bring together five partners across four Lots to provide a full suite of expertise and support to deliver decommissioning activities and projects, including asset care. Delivery will be across nuclear facilities on the Sellafield licenced site that are in mix of states including operational, post operation clean out (POCO), decommissioning and demolition. Consequently, the scope of work for the DNWP Framework will include construction delivery, demolition related works, associated technical services (including safety case and design) and waste management with the scope aligned across the following four Lots:

• Lot 1 Remediation:
o Partner 1 - within High Security Areas
o Partner 2 - outside High Security Areas
• Lot 2 Pond Retrievals Partner
• Lot 3 Silos Retrievals Partner
• Lot 4 Integrated Nuclear Waste Partner

II.1.5) Estimated total value

Value excluding VAT: £4,600,000,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

II.2) Description

II.2.1) Title

Lot 1 Remediation - Selection

Lot No

1

II.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45351000 - Mechanical engineering installation works
  • 45111000 - Demolition, site preparation and clearance work
  • 45100000 - Site preparation work
  • 71530000 - Construction consultancy services
  • 42000000 - Industrial machinery
  • 43320000 - Construction equipment
  • 45111200 - Site preparation and clearance work
  • 45111213 - Site-clearance work
  • 79410000 - Business and management consultancy services
  • 79415200 - Design consultancy services
  • 98391000 - Decommissioning services
  • 71320000 - Engineering design services
  • 79933000 - Design support services
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 79723000 - Waste analysis services
  • 45210000 - Building construction work
  • 22314000 - Designs
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 44421722 - Safety cases
  • 79400000 - Business and management consultancy and related services
  • 45220000 - Engineering works and construction works
  • 45222110 - Waste disposal site construction work
  • 45315100 - Electrical engineering installation works

II.2.3) Place of performance

NUTS codes
  • UKD11 - West Cumbria
Main site or place of performance

Sellafield

II.2.4) Description of the procurement

Lot 1 - two Remediation Partners (Sellafield’s intention is that one of the Remediation Partners will be required to work inside of the high security area (“HSA”) and the other Remediation Partner will work outside of the HSA);

Remediation is about cleaning up the Sellafield site over the next century as safely and cost-effectively as possible. As an asset reaches the end of its operational life, remediation addresses the nuclear, radiological and conventional risks through post-operation clean-out, decommissioning, demolition and land remediation. The focus of waste informed nuclear decommissioning up to 2040 includes clearing redundant buildings to make land available for beneficial re-use and preparing to decommission the UK’s oldest nuclear reactor complexes and nuclear fuel handling facilities.
Lot 1 will consist of two Remediation Partners. The Remediation value stream will have a growing scope as more and more of the Sellafield site moves from operations into remediation and decommissioning. This will be reflected in a growing investment over the lifetime of the DNWP framework, subject to annual public sector funding constraints.

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: £2,000,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

6 November 2025

End date

5 November 2040

This contract is subject to renewal

No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 40

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

Optional break at year 9

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) Description

II.2.1) Title

Lot 2 Retrievals Ponds - Selection

Lot No

2

II.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 79400000 - Business and management consultancy and related services
  • 42000000 - Industrial machinery
  • 45100000 - Site preparation work
  • 79933000 - Design support services
  • 44421722 - Safety cases
  • 98391000 - Decommissioning services
  • 45111000 - Demolition, site preparation and clearance work
  • 45222110 - Waste disposal site construction work
  • 79415200 - Design consultancy services
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 45210000 - Building construction work
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 45220000 - Engineering works and construction works
  • 45111200 - Site preparation and clearance work
  • 79410000 - Business and management consultancy services
  • 45315100 - Electrical engineering installation works
  • 71530000 - Construction consultancy services
  • 71320000 - Engineering design services
  • 79723000 - Waste analysis services
  • 45351000 - Mechanical engineering installation works
  • 43320000 - Construction equipment
  • 45111213 - Site-clearance work
  • 22314000 - Designs

II.2.3) Place of performance

NUTS codes
  • UKD11 - West Cumbria
Main site or place of performance

Sellafield

II.2.4) Description of the procurement

Lot 2 will consist of a Ponds Partner, encompassing both the First Generation Magnox Storage Pond (“FGMSP”) , associated buildings and the Pile Fuel Storage Pond (“PFSP”). and associated buildings.

Legacy Ponds is the Operating Unit (OU) organisation within the Retrievals value stream of Sellafield that is charged with managing the programmes of work for the FGMSP and the PFSP. These are two legacy nuclear storage ponds that retain significant radiological materials and hazards that require timely mitigation, principally by retrieving the materials to downstream treatment and storage/disposal facilities while maintaining a safe and secure environment.

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: £1,000,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

6 October 2025

End date

5 November 2040

This contract is subject to renewal

No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 40

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

Optional Break at Year 9

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) Description

II.2.1) Title

Lot 3 Retrievals Silos - Selection

Lot No

3

II.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 42000000 - Industrial machinery
  • 44421722 - Safety cases
  • 98391000 - Decommissioning services
  • 45111200 - Site preparation and clearance work
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 79400000 - Business and management consultancy and related services
  • 45222110 - Waste disposal site construction work
  • 45315100 - Electrical engineering installation works
  • 71320000 - Engineering design services
  • 79410000 - Business and management consultancy services
  • 45210000 - Building construction work
  • 71530000 - Construction consultancy services
  • 79723000 - Waste analysis services
  • 79415200 - Design consultancy services
  • 45111213 - Site-clearance work
  • 45100000 - Site preparation work
  • 79933000 - Design support services
  • 45351000 - Mechanical engineering installation works
  • 45220000 - Engineering works and construction works
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 43320000 - Construction equipment
  • 45111000 - Demolition, site preparation and clearance work
  • 22314000 - Designs

II.2.3) Place of performance

NUTS codes
  • UKD11 - West Cumbria
Main site or place of performance

Sellafield Site

II.2.4) Description of the procurement

Lot 3 will consist of a Silos Partner, encompassing both the Magnox Swarf Storage Silo (“MSSS”) and Pile Fuel Cladding Silo (“PFCS”). The Retrievals value stream is responsible for managing the site’s major hazard and risk reduction programme: retrieving the waste from Sellafield’s four highest risk legacy storage facilities. These buildings have traditionally presented some of the greatest challenges on the Sellafield site, but major progress is now being made on retrieving waste from the two ponds and the MSSS, with final preparations being made to retrieve waste from the PFCS.

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: £1,000,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

6 October 2025

End date

5 November 2040

This contract is subject to renewal

No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 40

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

Optional break at Year 9

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) Description

II.2.1) Title

Lot 4 Integrated Nuclear Waste Partner - Selection

Lot No

4

II.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 98391000 - Decommissioning services
  • 71320000 - Engineering design services
  • 45220000 - Engineering works and construction works
  • 45111200 - Site preparation and clearance work
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 45210000 - Building construction work
  • 45100000 - Site preparation work
  • 22314000 - Designs
  • 71530000 - Construction consultancy services
  • 45222110 - Waste disposal site construction work
  • 45315100 - Electrical engineering installation works
  • 79933000 - Design support services
  • 79400000 - Business and management consultancy and related services
  • 43320000 - Construction equipment
  • 45111213 - Site-clearance work
  • 71320000 - Engineering design services
  • 79723000 - Waste analysis services
  • 45111000 - Demolition, site preparation and clearance work
  • 79410000 - Business and management consultancy services
  • 79415200 - Design consultancy services
  • 42000000 - Industrial machinery
  • 45351000 - Mechanical engineering installation works
  • 44421722 - Safety cases
  • 71322000 - Engineering design services for the construction of civil engineering works

II.2.3) Place of performance

NUTS codes
  • UKD11 - West Cumbria
Main site or place of performance

Sellafield Site

II.2.4) Description of the procurement

Lot 4 will consist of a single enterprise-wide Integrated Nuclear Waste Partner. This Nuclear Waste Partner will work through the Waste Operating Unit (“Waste OU”). The Waste OU is part of the Remediation Portfolio, it includes a dedicated programme providing enabling activities across the Sellafield enterprise with major customers being the DNWP Remediation & Retrievals Partners.

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: £600,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

6 October 2025

End date

5 November 2040

This contract is subject to renewal

No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 40

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

Optional Break at Year 9

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

In accordance with Regulations 57, 58 and 60 of the Public Contracts Regulations 2015 Candidates will be assessed on the basis of the information provided in response to the Selection Questionnaire (SQ).

III.1.2) Economic and financial standing

List and brief description of selection criteria

Against the criteria as stated in the procurement pack accessed on Atamis

III.1.3) Technical and professional ability

List and brief description of selection criteria

Against the criteria as stated in the procurement pack accessed on Atamis


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 several operators

In the case of framework agreements, provide justification for any duration exceeding 4 years:

15 years reflects the extended mobilisation and ramp up involved as well as the exceptional nature of the key programmes that will drive high hazard risk reduction that the DNWP Framework will deliver, in particular for bulk retrievals. A 15-year term is considered necessary to provide the Partners with the confidence to sustainably invest in technologies and critical skills to support delivery.

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

9 October 2023

Local time

4:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

9 February 2024

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: 24 (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 estimated value of the DNWP Framework is stated at II.1.5.1 which is the upper end of the anticipated range of £3.8bn-£4.6bn for the 15-year framework duration. This range recognises the challenge of estimating the total value of a framework arrangement with longevity and that has the potential to be impacted by the UK Nuclear strategy, the strategy of the Nuclear Decommissioning Authority and associated HMG funding, the strategy of Sellafield Ltd as well as the potential variability arising from factors including, but not limited to, the conditions of the nuclear facilities, costs, inflationary impacts, options for technical solutions and innovation etc.

The DNWP Framework will be the successor to the existing Decommissioning Delivery Partnership (DDP) framework which will expire in March 2026, albeit task and project delivery may run beyond the DDP framework expiry. The DNWP Framework will have an initial mobilisation period and it is anticipated that in line with the call-off contract arrangements that delivery of task and project activity may run beyond the expiry date of the DNWP Framework.

As stated in section II.1.4, and as further developed in the procurement pack (accessed via the Atamis portal), the capabilities of each of the DNWP Partners are identified in the scope. It is anticipated that the Partners will be required to put in place subcontracting arrangements to support delivery of the scope that forms part of this procurement and that the subcontracting arrangements will not be subject to competition via the Find a Tender service. Sellafield Ltd also has in place, and through the term of the DNWP Framework will procure, site-wide contractual arrangements which may be utilised to support the delivery by the Partners.

Please refer to Selection Stage and Award restrictions in the SQ and ITT instructions.

Sellafield Ltd supports the One NDA way of working and may share relevant information related to the DNWP Framework with members of the NDA group. Additionally, in the exceptional circumstances, (which are defined within the DNWP framework agreement) that a DNWP Partner is required to support at another site licenced company within the NDA group then with prior approval of the DNWP Programme Board a DNWP Partner may be provided with relief to a key performance indicator where such deployment impacts upon a DNWP programme.

Sellafield Ltd is committed to delivering social impact with the successful DNWP Partners required to contribute to our strategy.

The DNWP contract opportunity has been developed with input from market engagement activity which has been driven through prior information notices (“PIN”). Information related to this engagement can be found in the DNWP archive within Atamis (ATAMIS portal ref C13375):
• DNWP PIN 1 published 2 August 2022
• DNWP PIN 2 published 2 September 2022
• DNWP PIN 3 published 16 December 2022
• DNWP PIN 4 published 24 March 2023
• DNWP PIN 4 Addendum published on 12th April 2023
• DNWP PIN 5 published 9th June 2023
• DNWP PIN 6 published 3th June 2023

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts Of Justice

Strand

London

WC2A 2LL

Email

RCJ.DCO [at] justice.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

The review procedure is as provided for in the Public Contracts Regulations 2015.