Contract notice

Information

Published

Date of dispatch of this notice: 02/07/2018

Expire date: 20/08/2018

External Reference: 2018-582909

TED Reference: 2018/S 126-287331

Contract notice

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: Sam McWilliams
Telephone: +44 1925834320
NUTS code:  UKD11 -  West 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=9882&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

Road Trailers
Reference number:  LP&S
II.1.2)

Main CPV code

34223300  -  Trailers
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Sellafield Ltd has a significant volume of Intermediate Level Waste (ILW) from Legacy Ponds & Silos (LP&S) and from Decommissioning that will be interim stored at Sellafield. The waste will be transported from the retrievals plants to the interim storage facilities and/or processing plants on the Sellafield road system in shielded Packages.
This Procurement is for a guaranteed minimum of five and a potential maximum of fourteen Universal Road Trailers and associated equipment upon which Sellafield will transport the waste for LP&S.
II.1.5)

Estimated total value

Value excluding VAT: 2500000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

34223310  -  General-purpose trailers
II.2.3)

Place of performance

NUTS code:  UKD11 -  West Cumbria
Main site or place of performance:  
Sellafield
II.2.4)

Description of the procurement

Sellafield Ltd has a significant volume of Intermediate Level Waste (ILW) from Legacy Ponds & Silos (LP&S) and from Decommissioning that will be interim stored at Sellafield. The waste will be transported from the retrievals plants to the interim storage facilities and/or processing plants on the Sellafield road system in shielded Packages.
This Procurement is for a guaranteed minimum of five and a potential maximum of fourteen Universal Road Trailers and associated equipment upon which Sellafield will transport the waste for LP&S.
The first call off (for five Trailers) will be entered into immediately and SL reserves the right to award the remaining nine in any combination at any point in time during the Framework Agreement. Please refer to the Invitation To Tender documentation for further details.
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: 2500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 16/11/2018  /  End: 15/11/2025
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.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:  Sellafield’s decommissioning programme includes the removal of nuclear waste from ageing storage facilities. Anticipated rates of retrieval for the next seven plus years have been calculated, but at rates to be determined. Therefore Sellafield require the framework duration to cover the anticipated programme requirements in order to purchase Trailer quantities to support the retrievals operations.
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  06/08/2018
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:  06/08/2018
Local time:  11:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

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

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Any appeals should be promptly brought to the attention of the contact name and address specified in Section I above, 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. In accordance with such Regulations, Sellafield Ltd will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to bidders.