Contract notice

Information

Published

Date of dispatch of this notice: 18/08/2020

Expire date: 18/09/2020

External Reference: 2020-425759

TED Reference: 2020/S 162-395294

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Nuclear Laboratory
3857752
5th Floor Chadwick House, Birchwood Park
Warrington
WA3 6AE
UK
Contact person: Molly Rose Coburn
Telephone: +44 1925933793
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=12857&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 Research & Development

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Manufacture of 2 x 1 Tonne Nuclear Radiation Tolerant in Cave Cranes and Associated Control Equipment
Reference number:  NNLC133
II.1.2)

Main CPV code

42414100  -  Cranes
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

NNL are looking to procure two nuclear environment radiation tolerant in cave cranes and associated control equipment. The cranes will be operated remotely in radiation shielded caves in the NNL Windscale Laboratory Active Handling Facility (AHF). The cranes will be used for general lifting and positioning of heavier items within caves up to the cranes safe working load of 1 Tonne.
This publication is for the first stage of a restricted tender process, please review all the documentation and then complete and submit the Standard Selection Questionnaire to be considered for the Tender Stage.
II.1.5)

Estimated total value

Value excluding VAT: 220000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

42410000  -  Lifting and handling equipment
42414200  -  Overhead travelling cranes
42418000  -  Lifting, handling, loading or unloading machinery
42418500  -  Mechanical handling equipment
II.2.3)

Place of performance

Main site or place of performance:  
Sellafield, Cumbria
II.2.4)

Description of the procurement

NNL are looking to procure two nuclear environment radiation tolerant in cave cranes and associated control equipment. The cranes will be operated remotely in radiation shielded caves in the NNL Windscale Laboratory Active Handling Facility (AHF). The cranes will be used for general lifting and positioning of heavier items within caves up to the cranes safe working load of 1 Tonne.
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: 220000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 9
This contract is subject to renewal: no
II.2.9)

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

Maximum number: 5
Objective criteria for choosing the limited number of candidates:
The evaluation and scoring criteria for the SQ can be found in the procurement documents.
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:  Please see Standard Selection Questionnaire (SQ)
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

III.2.2)

Contract performance conditions

Please see the draft contract management plan within the procurement documentation for the contract performance conditions.

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 : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  18/09/2020
Local time:  23:59
IV.2.3)

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

Date: 29/09/2020
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 : 4  (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: 
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

Molly Rose Coburn
NNL, 5th Floor, Chadwick House, Birchwood Park
Warrington
WA3 6AE
UK