Contract notice

Information

Published

Date of dispatch of this notice: 09/09/2019

Expire date: 13/01/2023

External Reference: 2019-490840

TED Reference: 2019/S 177-431310

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Sellafield Ltd
01002607
Supply Chain Development and Innovation Team
Banna Court
Sellafield Ltd
UK
Contact person: Sophie Benn
Telephone: +44 1946771904
Internet address(es):
Low Level Waste Respository Ltd
Holmbrook
CA19 1XP
UK
Contact person: Sophie Benn
Internet address(es):
Direct Rail Services
Carlisle
CA6 4SJ
UK
Internet address(es):
Dounraey Site Restoration Ltd
Thurso
KW14 7TZ
UK
Internet address(es):
International Nuclear Services UK
Warrington
WA3 6GR
UK
Internet address(es):
Magnox Ltd
Thornbury
UK
Internet address(es):
National Nuclear Laboratory
Warrington
WA3 6AE
UK
Internet address(es):
Nuclear Decommissioning Authority
Whitehaven
CA24 3HU
UK
Internet address(es):
Radioactive Waste Management
Didcot
OX11 0GD
UK
Internet address(es):
Sellafield Ltd
Whitehaven
CA20 1PG
UK
Internet address(es):
I.2)

Joint procurement

The contract involves joint procurement
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=12006&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

Engineering and Technology Solutions Marketplace Dynamic Purchasing System
II.1.2)

Main CPV code

71356000  -  Technical services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Members of the Shared Service Alliance are seeking to embed a more optimal method for the procurement and deployment of engineering and technology solutions. The Engineering and Technology Solutions Marketplace Dynamic Purchasing System (DPS) is to access a greater breadth of capable Supply Chain organisations to utilise existing and commonly used engineering and technology solutions to address identified business challenges. The Engineering and Technology Solutions Marketplace DPS will look to create greater visibility of work packages to the supply chain to enable greater competition to achieve improved outcomes and value. There are four categories in the Dynamic Purchasing System.
1. Digital
2.Engineering Services
3. Asset Maintenance and Management
4. Manufacture.
These categories are broken down into a number of sub-categories (identified in the procurement documents) for which candidates can apply for pre-qualification to gain access to award stage work packages.
II.1.5)

Estimated total value

Value excluding VAT: 42600000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

32260000  -  Data-transmission equipment
34320000  -  Mechanical spare parts except engines and engine parts
42100000  -  Machinery for the production and use of mechanical power
42150000  -  Nuclear reactors and parts
42418500  -  Mechanical handling equipment
42600000  -  Machine tools
42610000  -  Machine tools operated by laser and machining centres
42900000  -  Miscellaneous general and special-purpose machinery
45255400  -  Fabrication work
45259000  -  Repair and maintenance of plant
48200000  -  Networking, Internet and intranet software package
48314000  -  Voice recognition software package
48321000  -  Computer-aided design (CAD) software package
48325000  -  Form-making software package
48328000  -  Image-processing software package
48461000  -  Analytical or scientific software package
48512000  -  Interactive voice response software package
48613000  -  Electronic data management (EDM)
50500000  -  Repair and maintenance services for pumps, valves, taps and metal containers and machinery
50700000  -  Repair and maintenance services of building installations
50712000  -  Repair and maintenance services of mechanical building installations
64212000  -  Mobile-telephone services
71248000  -  Supervision of project and documentation
71333000  -  Mechanical engineering services
71356200  -  Technical assistance services
71600000  -  Technical testing, analysis and consultancy services
72222300  -  Information technology services
72232000  -  Development of transaction processing and custom software
72316000  -  Data analysis services
72318000  -  Data transmission services
92312213  -  Technical author services
II.2.3)

Place of performance

Main site or place of performance:  
Banna Court
II.2.4)

Description of the procurement

There are four categories that form of the Engineering and Technology Solutions Marketplace DPS, these are:
• Asset Maintenance and Management
• Digital
• Engineering Services
• Manufacture
These categories are then broken down into a number of sub-categories. These are
detailed in the procurement documentation.
The Engineering and Technology Solutions Marketplace is limited to use on procurements with a maximum overall value of £999,999 that fit within the scope of the categories described within the ‘Engineering and Technology Solutions Marketplace DPS’. There is no lower limit on the overall value of work packages.
Please look for Complete Tender Management reference numbers 11627,11628,11629 and 11630.
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: 42600000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
Shared Service Alliance members may enter into a contract with a supplier for a period of their determining which may exceed the four year duration of the Dynamic Purchasing System, should this agreement be terminated at any time. The flexibility of the contracting period allows SSA Members to determine appropriate contracting timelines required to enable the supplier to meet their delivery needs.
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.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Candidates will be assessed on their response to the selection criteria in their request to participate for a place on the Engineering and Technology Solutions Dynamic Purchasing
System.
The procurement bid pack and registration details can be accessed via the following URL address: https://sharedsystems.eu-supply.com/. The procurement will be managed electronically via the Complete Tender Management system referenced above.
The value provided in Section II.1.5) is only an estimate. The Shared Service Alliance cannot guarantee to candidates any business through this Dynamic Purchasing System.
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

Restricted procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  31/08/2023
Local time:  00:00
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 : 48  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

Royal Courts of Justice
Strand
London
London
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, the Contracting Authority will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.