Published date: 10 February 2023
This notice was replaced on 10 February 2023
This notice does not contain the most up-to-date information about this procurement. The most recent notice is:
Opportunity (published 10 February 2023, last edited 21 March 2023)
Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.
Contract summary
Industry
Site preparation work - 45100000
Works for complete or part construction and civil engineering work - 45200000
Construction work for industrial buildings - 45213250
Waste-treatment plant construction work - 45222100
Waste disposal site construction work - 45222110
Building installation work - 45300000
Building completion work - 45400000
Repair and maintenance services of building installations - 50700000
Repair and maintenance services of electrical and mechanical building installations - 50710000
Installation services of electrical and mechanical equipment - 51100000
Portfolio management services - 66140000
Architectural, construction, engineering and inspection services - 71000000
Architectural, engineering and planning services - 71240000
Project and design preparation, estimation of costs - 71242000
Draft plans (systems and integration) - 71243000
Calculation of costs, monitoring of costs - 71244000
Approval plans, working drawings and specifications - 71245000
Engineering services - 71300000
Consultative engineering and construction services - 71310000
Civil engineering consultancy services - 71311000
Civil engineering support services - 71311100
Engineering design services - 71320000
Engineering design services for mechanical and electrical installations for buildings - 71321000
Engineering design services for the construction of civil engineering works - 71322000
Quantity surveying services for civil engineering works - 71322100
Engineering-design services for industrial process and production - 71323000
Quantity surveying services - 71324000
Miscellaneous engineering services - 71330000
Integrated engineering services - 71340000
Engineering-related scientific and technical services - 71350000
Construction management services - 71540000
Construction project management services - 71541000
Project management consultancy services - 72224000
Business and management consultancy services - 79410000
Project-management services other than for construction work - 79421000
Contract administration services - 79994000
Location of contract
CA20 1PG
Value of contract
£1,840,000,000 to £3,440,000,000
Procurement reference
CF-0030100D4L000000iAvzUAE
Published date
10 February 2023
Closing date
17 March 2023
Closing time
4pm
Contract start date
18 June 2025
Contract end date
18 June 2040
Contract type
Works
Procedure type
Competitive procedure with negotiation (above threshold)
Anyone may ask to participate, but only those who are pre-selected will be invited to submit initial tenders and to negotiate.
This procedure can be used for procurements above the relevant contract value threshold.
Contract is suitable for SMEs?
No
Contract is suitable for VCSEs?
No
Description
The Infrastructure Delivery Partnership will deliver conventional infrastructure projects and tasks. There are 4 Lots:
Lot 1 Strategic Partner: provision of strategic front-end definition, portfolio management and engineering to define a single viable option.
Delivery Partners will take the single viable option and complete detailed design and all procurement, installation, construction, commissioning and handover activities that form part of delivery.
Lot 2 Electrical Distribution Delivery Partner;
Lot 3 Utilities Delivery Partner;
Lot 4 Civils Delivery Partner.
Candidates may express an interest for either the Strategic Partner or the Delivery Partner Lots but not both. The maximum number of Lots a Candidate can ultimately win is one. An organisation with the same ultimate parent company can only bid as part of one entity, either singularly or as part of a Joint Venture / Consortia and the above restrictions will apply to each entity. For further information see the SQ Instructions paragraphs 2.4-2.8.
Tenderers must register their interest, obtain further information for this contract and submit their tender response via the Nuclear Decommissioning Authority and Sellafield Ltd.'s E-procurement system, Atamis. This can be found at the following address:
https://one-nda.force.com/s/Welcome
Initial registration of your company is achieved by using the above site and then clicking on "Register Here". The Infrastructure Delivery Partnership (IDP) package can be found using reference: C8343 within Atamis.
About the buyer
Contact name
Emma Miller
Address
Sellafield Site
Seascale
CA20 1PG
GB
Share this notice