Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Provision of Inspection and Quality Assurance Services

  • Cyhoeddwyd gyntaf: 23 Tachwedd 2022
  • Wedi'i addasu ddiwethaf: 23 Tachwedd 2022

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-034631
Cyhoeddwyd gan:
Sellafield Ltd
ID Awudurdod:
AA0035
Dyddiad cyhoeddi:
23 Tachwedd 2022
Dyddiad Cau:
16 Ionawr 2023
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Sellafield Ltd acting as the lead for a collaborative procurement on behalf of the NDA group of organisations, including but not limited to, Dounreay Site Restoration Limited, Magnox Limited, Nuclear Waste Services (joint trading name of both Low Level Waste Repository Ltd and Radioactive Waste Management Ltd, Nuclear Transport Solutions (joint trading name of International Nuclear Services Ltd and Direct Rail Services Ltd), Sellafield Ltd (the Participating Entities). Sellafield Ltd is seeking to enter into an arrangement for the Provision of Inspection and Quality Assurance Services including but not exclusive to welding; mechanical; industrial coating; CE&I inspection and Non Destructive Testing (NDT) supported by welding and metallurgy Subject Matter Experts (SME’s).<br/><br/>The service will be provided at Participating Entity sites and the sites of suppliers from across the UK and overseas<br/><br/>In relation to the delivery of products and services from both local and overseas suppliers, provision of independent third party inspection services are required to;<br/>- comply with regulatory and legal obligations.<br/>- assure compliance with specifications and requirements; and<br/>- ensure that standards are met.<br/><br/>In the provision of the service the supplier will be required to:<br/>• Promote the client’s objectives of:<br/>- Delivering a world class programme of safe, cost-effective, accelerated and environmentally responsible decommissioning of the UK’s civil nuclear legacy in an open and transparent manner and with due regard to the socio-economic impacts on our communities;<br/>- Working within a project team based on mutual trust, co-operation and good industry practice;<br/>- Instilling a ‘right first time’ attitude on all the project team;<br/>- Commitment to incorporating good environmental practices of resource and energy efficiency, healthy buildings, plant and materials, ecologically, socially and aesthetically sensitive without compromising functionality, quality or cost performance;<br/>- Delivery of the Social Impact Strategy to create:<br/>o Resilient Economies;<br/>o Thriving Communities;<br/>o Social Value Chains;<br/>o Sustainable Incomes; and<br/>o Collective Impact.<br/>- maintain a “safety first” approach when delivering the service; and<br/>- complete a Tender Safety Assessment (TSA) questionnaire, to demonstrate that they will have the appropriate processes and procedures in place to ensure safe working, especially whilst working at nuclear sites.<br/><br/>The value stated at II.1.5.1 is for the maximum contract term of 60 months, which consists of an initial contract term of 36 months with an option for two extension periods of 12 months each.<br/><br/>The start date stated at II.2.7.3 is the contract start date for the provision of the service under the new contractual arrangement. As set out in the procurement documents the indicative date for contract award/transition commencement is 30/06/23, which will allow a period of approximately 4 months to transition to the new contractual arrangement.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Sellafield Ltd

Hinton House, Birchwood Park Avenue

Warrington

WA36GR

UK

Person cyswllt: Kenneth Webster

E-bost: kenneth.webster@sellafieldsites.com

NUTS: UKD1

Cyfeiriad(au) rhyngrwyd

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

Cyfeiriad proffil y prynwr: https://www.gov.uk/government/organisations/sellafield-ltd

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

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


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

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


I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Arall: Nuclear decommissioning

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Provision of Inspection and Quality Assurance Services

Cyfeirnod: C8509

II.1.2) Prif god CPV

71630000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Acting as the lead for a collaborative procurement, Sellafield Ltd is seeking to enter into an arrangement for the Provision of Inspection and Quality Assurance Services including but not exclusive to welding; mechanical; industrial coating; CE&I inspection and Non Destructive Testing (NDT) supported by welding and metallurgy Subject Matter Experts (SME’s).

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 35 950 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

71632200

71632200

71600000

71630000

71000000

71631000

71632000

II.2.3) Man cyflawni

Cod NUTS:

UKD11

II.2.4) Disgrifiad o’r caffaeliad

Sellafield Ltd acting as the lead for a collaborative procurement on behalf of the NDA group of organisations, including but not limited to, Dounreay Site Restoration Limited, Magnox Limited, Nuclear Waste Services (joint trading name of both Low Level Waste Repository Ltd and Radioactive Waste Management Ltd, Nuclear Transport Solutions (joint trading name of International Nuclear Services Ltd and Direct Rail Services Ltd), Sellafield Ltd (the Participating Entities). Sellafield Ltd is seeking to enter into an arrangement for the Provision of Inspection and Quality Assurance Services including but not exclusive to welding; mechanical; industrial coating; CE&I inspection and Non Destructive Testing (NDT) supported by welding and metallurgy Subject Matter Experts (SME’s).<br/><br/>The service will be provided at Participating Entity sites and the sites of suppliers from across the UK and overseas<br/><br/>In relation to the delivery of products and services from both local and overseas suppliers, provision of independent third party inspection services are required to;<br/>- comply with regulatory and legal obligations.<br/>- assure compliance with specifications and requirements; and<br/>- ensure that standards are met.<br/><br/>In the provision of the service the supplier will be required to:<br/>• Promote the client’s objectives of:<br/>- Delivering a world class programme of safe, cost-effective, accelerated and environmentally responsible decommissioning of the UK’s civil nuclear legacy in an open and transparent manner and with due regard to the socio-economic impacts on our communities;<br/>- Working within a project team based on mutual trust, co-operation and good industry practice;<br/>- Instilling a ‘right first time’ attitude on all the project team;<br/>- Commitment to incorporating good environmental practices of resource and energy efficiency, healthy buildings, plant and materials, ecologically, socially and aesthetically sensitive without compromising functionality, quality or cost performance;<br/>- Delivery of the Social Impact Strategy to create:<br/>o Resilient Economies;<br/>o Thriving Communities;<br/>o Social Value Chains;<br/>o Sustainable Incomes; and<br/>o Collective Impact.<br/>- maintain a “safety first” approach when delivering the service; and<br/>- complete a Tender Safety Assessment (TSA) questionnaire, to demonstrate that they will have the appropriate processes and procedures in place to ensure safe working, especially whilst working at nuclear sites.<br/><br/>The value stated at II.1.5.1 is for the maximum contract term of 60 months, which consists of an initial contract term of 36 months with an option for two extension periods of 12 months each.<br/><br/>The start date stated at II.2.7.3 is the contract start date for the provision of the service under the new contractual arrangement. As set out in the procurement documents the indicative date for contract award/transition commencement is 30/06/23, which will allow a period of approximately 4 months to transition to the new contractual arrangement.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 01/11/2023

Diwedd: 31/10/2026

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The contract makes provision for two extension periods of 12 months each giving a maximum contract term of 60 months.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.2) Statws economaidd ac ariannol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Selection criteria as stated in the procurement documents.


Lefel(au) gofynnol y safonau sydd eu hangen:

Tenderers must be accredited to the Inspection Body ISO /IEC 17020 Type A standard by UKAS or by an equivalent national accreditation body recognised through the mutual recognition agreement with the International Accreditation Forum (IAF).

III.2) Amodau sy’n gysylltiedig â’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2022/S 000-016268

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 16/01/2023

Amser lleol: 11:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 12  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 16/01/2023

Amser lleol: 11:00

Place:

Electronic

Gwybodaeth am bersonau awdurdodedig a'r weithdrefn agor:

As referred to at I.3) above, e-tendering will be used for this procurement and this prevents any information provided by the tenderer from being viewed by Sellafield Ltd until the e-tendering event is closed. The close time will be the earliest point at which a team member assigned by Sellafield Ltd to access the tender will be able to open and view the tender responses electronically.

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

36 months

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

The requirements are not being further sub divided as the service provider will be required to identify and allocate resource across multiple-disciplines; manage performance of the resource; provide management information. Further dividing the requirements into lots would lead to multi-discipline assignments having split responsibilities and general contract management inefficiencies.<br/>The tender opportunity will be managed via the Atamis e-tendering system which can be accessed via the URL https://one-nda.force.com/s/Welcome portal as referred at I.3.0.7. Once you have registered on and accessed the portal, use Atamis reference C8509 to access the Provision of Inspection and Quality Assurance opportunity to: <br/>- view the tender documents, <br/>- ask questions or request further <br/> information using the inbuilt messaging facility; and<br/>- submit your tender response.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Royal Courts of Justice

Strand

London

WC2A 2LL

UK

Cyfeiriad(au) rhyngrwyd

URL: https://www.justice.gov.uk

VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu

Royal Courts of Justice

Strand

London

WC2A 2LL

UK

Cyfeiriad(au) rhyngrwyd

URL: https://www.justice.gov.uk

VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu

Royal Courts of Justice

Strand

London

WC2A 2LL

UK

Cyfeiriad(au) rhyngrwyd

URL: https://www.justice.gov.uk

VI.5) Dyddiad anfon yr hysbysiad hwn

22/11/2022

Codio

Categorïau nwyddau

ID Teitl Prif gategori
71630000 Gwasanaethau archwilio a phrofi technegol Gwasanaethau profi, dadansoddi ac ymgynghori technegol
71631000 Gwasanaethau archwilio technegol Gwasanaethau archwilio a phrofi technegol
71000000 Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio Adeiladu ac Eiddo Tiriog
71632000 Gwasanaethau profi technegol Gwasanaethau archwilio a phrofi technegol
71600000 Gwasanaethau profi, dadansoddi ac ymgynghori technegol Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio
71632200 Gwasanaethau profion anninistriol Gwasanaethau profi technegol

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
kenneth.webster@sellafieldsites.com
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.