Contract notice

Information

Published

Date of dispatch of this notice: 25/11/2019

Expire date: 06/01/2020

External Reference: 2019-424180

TED Reference: 2019/S 231-566815

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Sellafield Ltd
01002607
Banna Court
Ingwell Dr
Westlakes Science &
UK
Contact person: Andrew Thomas Barnes
Telephone: +44 1946784795
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=12037&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

Logistics Service Provider - Selection Questionnaire
Reference number:  Logistics Service Provider
II.1.2)

Main CPV code

60180000  -  Hire of goods-transport vehicles with driver
II.1.3)

Type of contract

Services
II.1.4)

Short description

Logistics Service Provider - Operations of the Security and Distribution Centre and the Control Tower
II.1.5)

Estimated total value

Value excluding VAT: 8000000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

63100000  -  Cargo handling and storage services
II.2.3)

Place of performance

Main site or place of performance:  
Lillyhall, Workington
II.2.4)

Description of the procurement

Full details of the requirement are set out in document ‘5713 Logistics Service Provider Scope Document’ which is included in the procurement documents within CTM. The main services required are:
Operation of the Security and Distribution Centre (S&DC) – operations at the S&DC in Lillyhall, Workington includes warehouse receiving services, operation of the Delivery Management System (DMS), application of track and trace of goods, security screening of goods and materials, cross-docking, freight forwarding and delivery services for the Control Tower.
Operation of the Control Tower (CT) – the Control Tower is the central hub for co-ordination of the sites logistics services. The primary function of the CT is to identify and co-ordinate deliveries to the main Sellafield site and procedurally arrange the individual security access requirements to enable all deliveries to be efficiently managed to reduce and control traffic and support the operational sites requirements. The CT will maintain complete responsibility for all commercial inbound logistics, security screening of goods and materials at the S&DC and onward consolidated distribution to Sellafield Ltd sites in West Cumbria.
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: 8000000.00  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:  
Contract will be subject to a break point at Year 3 and Year 3.5.
Making this a 3+0.5+0.5 term.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
The criteria to be applied at the selection stage of this restricted procedure are set out in the procurement documentation accessible via Sellafield's Complete Tender Management (CTM) portal.
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.1.8)

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:  06/01/2020
Local time:  12:00
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)

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

Royal Courts of Justice
Strand, London
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.
VI.4.4)

Service from which information about the review procedure may be obtained

Sellafield Ltd
Seascale
CA20 1PG
UK