Contract notice

Information

Published

Date of dispatch of this notice: 09/11/2017

Expire date: 12/12/2017

External Reference: 2017-189468

TED Reference: 2017/S 217-450832

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Sellafield Ltd
01002607
Calder Bridge
Seascale
CA20 1PG
UK
Contact person: Karen Smith
Telephone: +44 1946781177
Fax: +44 1946781245
NUTS code:  UKD1 -  Cumbria
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=10089&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

IP2 Oversized ISO Freight Container
Reference number:  A-Official
II.1.2)

Main CPV code

44613300  -  Standard freight containers
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Design and Manufacture of IP2 Oversized ISO Freight Container in accordance with specification number Spec.Tech.0897_1 Issue 2
II.1.5)

Estimated total value

Value excluding VAT: 500000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

34221000  -  Special-purpose mobile containers
44613000  -  Large containers
90521420  -  Transportation of intermediate level nuclear waste
II.2.3)

Place of performance

NUTS code:  UKD1 -  Cumbria
Main site or place of performance:  
Sellafield site
II.2.4)

Description of the procurement

Design and Manufacture of Oversized Freight Container Type IP2 Package in accordance with specification number Spec.Tech.0897_1 issue 2
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: 500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 6
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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

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

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: 2017/S 143-293935
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  2017-12-12
Local time:  11:00
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 : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  2017-12-12
Local time:  11:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

The information contained in this notice, including the CPV code, is neither
exhaustive or binding and may be amended at the time of issue of any further
notice or notices or at any other time at the discretion of the authority.
Any resulting contracts will be considered contracts made in England according to English law.
VI.4)

Procedures for review

VI.4.1)

Review body

Royal Courts of Justice
Strand
London
UK
Telephone: +44 1946781963

VI.4.2)

Body responsible for mediation procedures

London Court of International Arbitration
70 Fleet Street
London
EC14 1EU
UK
Telephone: +44 2079367008

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Any appeals should be promptly brought to the attention of the Review body at the Royal Courts of Justice address or to Stuart A Wilson Supply Chain Ombudsman on the email and telephone number provided, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescales specified by the applicable law, including without limitation, the Public Contracts Regulations 2015.