Contract award notice

Information

Published

Date of dispatch of this notice: 18/02/2020

External Reference: 2020-459305

TED Reference: 2020/S 036-086354

Contract award notice

Cached Version

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Sellafield Ltd
01002607
Calder Bridge
Seascale
CA20 1PG
UK
Contact person: Clare Watson
Telephone: +44 1946779624
NUTS code:  UKD11 -  West Cumbria
Internet address(es):
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

Surety of Concrete Supply to the Sellafield Site
Reference number:  10443 CW
II.1.2)

Main CPV code

44114100  -  Ready-mixed concrete
II.1.3)

Type of contract

Services
II.1.4)

Short description

The supply of concrete to the Sellafield site plays a significant role in ensuring nuclear safety, providing key functions including structural, seismic, radiological shielding, containment and security. It is also important that the supply of concrete is adequate to meet demand requirements in order to prevent potential project construction delays.
As such Sellafield require a 10 year contractual arrangement for the Surety of Concrete Supply to the Sellafield site to be implemented which will ensure the continued provision of quality concrete to demanders as and when required, whilst also offering value for money.
The forecast concrete requirement for the 10 year period is anticipated to be in the region of 330k cubic metres.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

44114000  -  Concrete
II.2.3)

Place of performance

NUTS code:  UKD11 -  West Cumbria
NUTS code:  UKD1 -  Cumbria
NUTS code:  UKD -  NORTH WEST (ENGLAND)
NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Sellafield
II.2.4)

Description of the procurement

A 10 year contractual arrangement for the Surety of Concrete Supply to the Sellafield site is required to be implemented which will ensure the continued provision of quality concrete to Sellafield's suppliers working on the site, pursuant to separate supply contracts to be entered into between the service provider and the relevant supplier, as and when required, whilst also offering value for money.
The scope of work for this Procurement comprises the following:
• Specification of compound preparation/enabling works to be completed to enable construction/installation of a Concrete Batching Plant capable of fulfilling the requirements of the Concrete Supply Specification;
• Construction of a Concrete Batching Plant capable of fulfilling the requirements of the Concrete Supply on the specified compound within the Sellafield site;
• Commissioning of the Concrete Batching Plant and Testing of Concrete Mixes;
• Operation of the constructed Concrete Batching Plant for the remainder of 10 year Contract; and
• Moving the Concrete Batching Plant during the 10 year Contract to an alternative location on the Sellafield site (if required).
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Technical  /  Weighting:  80%
Price  -  Weighting:  20%
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 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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2018/S 125-285381

Section V: Award of contract

Contract No: 1

Title: Surety of Concrete Supply to the Sellafield Site

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected

Section VI: Complementary information

VI.4)

Procedures for review

VI.4.1)

Review body

Royal Courts of Justice
Strand
London
UK

VI.4.2)

Body responsible for mediation procedures

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

VI.4.4)

Service from which information about the review procedure may be obtained

Sellafield Ltd
Sellafield
Seascale
CA20 1PG
UK