Contract notice

Information

Published

Date of dispatch of this notice: 05/12/2018

Expire date: 15/02/2019

External Reference: 2018-908444

TED Reference: 2018/S 236-539501

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Sellafield Ltd
01002607
Hinton House
Warrington
WA3 6GR
UK
Contact person: Amanda Price
Telephone: +44 1925832510
NUTS code:  UKD -  NORTH WEST (ENGLAND)
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=11176&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

Thermal Treatment PCM Demonstrator Trials
Reference number:  CTM 10815
II.1.2)

Main CPV code

73100000  -  Research and experimental development services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Thermal Treatment of PCM Wastes Demonstrator Trials
Sellafield Ltd is assessing the suitability of thermal treatment processes to treat a range of higher activity wastes currently under storage on the Sellafield site, to condition these wastes prior to disposal.
This Open OJEU Competition relates to establishing the potential benefits offered by thermal treatment processes for the conditioning of Plutonium Contaminated Material (PCM), a challenging and diverse waste stream currently stored in 200 litre steel drums.
II.1.5)

Estimated total value

Value excluding VAT: 800000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

73100000  -  Research and experimental development services
II.2.3)

Place of performance

NUTS code:  UKD1 -  Cumbria
NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
cumbria
II.2.4)

Description of the procurement

Thermal Treatment of PCM Wastes Demonstrator Trials. Full details of the requirement are in the scope document.
The trials are required in order for Sellafield Ltd. to determine the viability of thermally processing drummed simulated PCM waste (or pre-treated drummed simulated PCM waste) at 200 litre drum scale. The output of the demonstrator trials will inform Sellafield Ltd. of the suitability of the assessed technologies and will inform a future decision on the requirement for a thermal treatment demonstration unit for PCM on the Sellafield site to confirm the technical viability of this particular treatment option. Whilst both the requirement for a demonstrator and the location of such a facility are yet to be determined, suppliers should note that one option could be to locate the facility in the National Nuclear Laboratory’s Central Laboratory on the Sellafield site.
It is intended that demonstration trial(s) will be completed with one or more technology provider and as a result Sellafield Ltd may award more than one contract and up to a maximum of four contracts. A trial may comprise a single drum, several drums to test extremes of PCM envelope, or multiple drums in order to complete a process cycle. Tenderers are requested to specify and fully scope a demonstration trial, or series of trials, on their own technology to the degree necessary to demonstrate the ability of their technology to treat the waste described in the stated feed envelope, including those waste compositions at the extremes of the feed envelope as far as reasonably practicable.
The desired final ‘product’ arising from the thermal treatment of PCM would be an immobile vitreous waste form suitable for direct disposal under UK disposal criteria. Should your process require more than one process cycle to achieve this final end state then all necessary process stages should be included in the demonstration proposal.
The successful supplier(s) must have equipment available to accept the delivery of pre-prepared drum(s) weighing up to a maximum 100 kg each (likely loaded 4 drums to a transportation pallet), and suitable storage facilities to store the drum(s) in advance of the trial.
Trials will be observed by Sellafield Ltd. staff, and a video record of the trial(s) will be required to be produced by the technology vendor.
Trials are to incorporate an assessment of the volumes of any secondary wastes produced by their process.
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: 800000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 8
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 value range will be between 200,000.00 to 800,000.00 dependant on the number of contract awards. Sellafield Ltd may award more than one contract and up to a maximum of four contracts to enable trial of technology

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 and Award criteria as stated in the procurement documents
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: no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  01/02/2019
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

Tender must be valid until:  01/08/2019
IV.2.7)

Conditions for opening of tenders

Date:  01/02/2019
Local time:  11:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

N/A
London
WC2A 2LL
UK
Internet address: http://www.justice.gov.uk

VI.4.2)

Body responsible for mediation procedures

Royal Courts of Justice
Strand
London
London
UK
Internet address: http://www.justice.gov.uk

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 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 the Public Contracts Regulations 2015, SL will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.