Contract notice

Information

Published

Date of dispatch of this notice: 14/02/2017

Expire date: 03/04/2017

External Reference: 2017-694102

TED Reference: 2017/S 033-059337

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Sellafield Ltd
01002607
Hinton House, Birchwood Park Avenue, Risley
Warrington
WA3 6GR
UK
Contact person: Sam Trueman
Telephone: +44 1925833162
NUTS code:  UKD21 -  Halton and Warrington
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=9447&B=SELLAFIELD
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned 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

Category Management - Supply of Shield Doors
Reference number:  9173
II.1.2)

Main CPV code

44421500  -  Armoured or reinforced doors
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

This contract is for the supply of up to 41 radiation shielding doors to be delivered to Sellafield Ltd’s major projects requiring such a solution, which includes the Sellafield Product and Residue Store Retreatment Plant (SRP). This contract strategy is to award to a single supplier to ensure consistency of the solution. The scope of the contract includes final design for manufacturing purposes, the manufacture and the supply of the shield doors with a range of sizes, weights and configurations from horizontal to vertical sliding doors. Installation of new shield doors and refurbishment of existing shield doors is excluded from this contract. However, installation support including commissioning, operator and maintenance training plus an on-going maintenance and spares supply strategy will be included within the contract. Further details are provided in the procurement documents, which are available at the link in I.3 above.
II.1.5)

Estimated total value

Value excluding VAT: 25000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

44221200  -  Doors
45255400  -  Fabrication work
90721600  -  Radiation protection services
II.2.3)

Place of performance

NUTS code:  UKD11 -  West Cumbria
Main site or place of performance:  
Sellafield Ltd, Seascale, Cumbria, CA20 1PG
II.2.4)

Description of the procurement

This contract is for the supply of up to 41 radiation shielding doors to be delivered to Sellafield Ltd’s major projects requiring such a solution, which includes the Sellafield Product and Residue Store Retreatment Plant (SRP).
This contract strategy is to award to a single supplier to ensure consistency of the solution.
The scope of the procurement includes:
• Provide final designs, in order to ensure manufacturing/fabricating compatibility of each door type and size
(Sellafield Ltd engineering have undertaken detailed design for the type of doors to be supplied, however the final design requirements will be part of the procurement scope)
• Manufacture and fabrication of doors to required schedule, which will include the early manufacture of modules to secure capacity
• Factory acceptance testing of the doors
• Delivery to Sellafield Ltd site
• Support to Sellafield Ltd or its works contractor for installation and commissioning
• Operator and maintainer training at successful tenderers works
• Proposal for continuous improvements in manufacturing, testing and performance
• Maintenance and spares supply strategy during operating life
The installation of new shield doors and refurbishment of existing shield doors is excluded from this contract.
The doors consist of two configurations:
• Horizontal Shield Door
• Vertical Shield Door
Within each configuration, for tender purposes, there are two types of door categorised by weight:
• Horizontal Shield Door 1 - 25 tonnes max
• Horizontal Shield Door 2 - 50 tonnes max
• Vertical Shield Door 1 - 45 tonnes max
• Vertical Shield Door 2 - 90 tonnes max
The weight of the doors will depend on the size of the aperture, the actual value of which will be provided by Sellafield Ltd major projects. Example aperture sizes corresponding to each weight classification are included within the procurement documents, which are available at the link in I.3 above.
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: 25000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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.2.14)

Additional information

The 120 months specified in II.2.7) Duration of the contract, framework agreement or dynamic purchasing system will commence from award of the contract.

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:  Selection Criteria as stated in the procurement documents defines the professional and trade registers which are applicable to this contract
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Security of supply is of critical importance to Sellafield Ltd, therefore tenderers must be able to demonstrate continued security of supply throughout the 120 months.
In the event of a group of organisations forming a joint venture or consortium, and submitting an acceptable offer, it will be necessary to provide an undertaking that each organisation will be jointly and severally responsible for the due performance of the contract.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2016/S 246-449125
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  20/03/2017
Local time:  12:00
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 : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  20/03/2017
Local time:  12:01

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Sellafield Ltd have undertaken several market engagement exercises in relation to potential industry standard specifications and a pre ITT supplier day on Wednesday 25th January 2017 as detailed in the Prior Information Notice (PIN), 2016/S 246-449125. The input/output of which, is available in the procurement documents in the link detailed within part I.3 above.
Sellafield may terminate or suspend the award process at any time without incurring any cost or liability. Sellafield does not bind itself to enter into any contract arising out of the procedures envisaged by this notice. No contractual rights express or implied arise out of this notice or the procedures envisaged by it. Sellafield will not be liable in any way to any candidate or tenderer for any cost incurred in connection with this procurement process. Sellafield reserves the right to disqualify any candidate who provides information or confirmations which later prove to be untrue or incorrect, does not supply the information required by this notice or as otherwise directed by Sellafield during the procurement process.
Any resulting contracts will be considered contracts made in England according to English law.
VI.4)

Procedures for review

VI.4.1)

Review body

Sellafield Ltd
Hinton House, Birchwood Park Avenue, Risley
Warrington
WA3 6GR
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
"Review Procedure” (i) Part 3 of the Public Contracts Regulations 2015 addresses the remedies available to economic operators (ii) The authority will incorporate a minimum of ten (10) calendar day’s standstill period in accordance with Regulation 87 of the Public Contracts Regulations (iii) In the first instance, potentially aggrieved economic operators should notify the authority of an appeal.
VI.5)

Date of dispatch of this notice

14/02/2017