Contract notice

Information

Published

Date of dispatch of this notice: 12/09/2019

Expire date: 14/10/2019

External Reference: 2019-496270

TED Reference: 2019/S 178-432973

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: Justin Beattie
Telephone: +44 1946772993
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=11894&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

Supply and delivery of Machined and Fabricated Products
Reference number:  3510
II.1.2)

Main CPV code

45255400  -  Fabrication work
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Supply and delivery of Machined & Fabricated Products
II.1.5)

Estimated total value

Value excluding VAT: 19500000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Machined Products
Lot No:  1
II.2.2)

Additional CPV code(s)

44400000  -  Miscellaneous fabricated products and related items
71300000  -  Engineering services
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

Sellafield proposes to source a multi-supplier framework arrangement for Machined Products. Successful suppliers will be able to:
- Provide general machining of products manufactured from carbon steel, stainless steel and exotic materials (not exclusive materials to be used) from engineering drawings up to Quality Grade 02 (as defined in Sellafield Ltd Practice 4.06.02 Issue 4 Sept 17).
- Provide a minor design capability, i.e. drawing amendment, basic calculation review.
- Provide an emergency supply service, should there be a breakdown on plant; this should include “24/7” level of support and expediting of delivery in the case of urgent Sellafield demands, e.g. major breakdowns.
- Provide CE Marking on behalf of Sellafield.
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: 5500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: 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)

Description

II.2.1)

Title

Fabricated Products
Lot No:  2
II.2.2)

Additional CPV code(s)

71300000  -  Engineering services
44400000  -  Miscellaneous fabricated products and related items
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

Sellafield proposes to source a multi-supplier framework arrangement for Fabricated Products. Successful suppliers will be able to:
- Provide fabrication of products manufactured from carbon steel, stainless steel and exotic materials (not exclusive materials to be used) from engineering drawings up to Quality Grade 02 (as defined in Sellafield Ltd Practice 4.06.02 Issue 4 Sept 17).
- Provide a minor design capability, i.e. drawing amendment, basic calculation review.
- Provide an emergency supply service, should there be a breakdown on plant; this should include “24/7” level of support and expediting of delivery in the case of urgent Sellafield demands, e.g. major breakdowns.
- Provide CE Marking on behalf of Sellafield.
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: 10000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: 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

Restricted 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 several operators
Envisaged maximum number of participants to the framework agreement:  4
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: 2019/S 145-356289
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  14/10/2019
Local time:  11:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 29/10/2019
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 : 12  (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
WC2A 2LL
UK
Internet address: http://www.justice.gov.uk

VI.4.2)

Body responsible for mediation procedures

Royal Courts of Justice
Strand
London
WC2A 2LL
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.
VI.4.4)

Service from which information about the review procedure may be obtained

Sellafield Ltd
Albion Square, Swingpump Lane
Whitehaven
CA28 7NE
UK
Telephone: +44 1946772993