Contract notice

Information

Published

Date of dispatch of this notice: 05/10/2020

Expire date: 19/11/2020

External Reference: 2020-443659

TED Reference: 2020/S 197-478523

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Sellafield Ltd
01002607
Sellafield Ltd
Birchwood Park Avenue, Hinton House, Risley
WA3 6GR
UK
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=12992&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

Hybrid 2 63 Can Rack Contract Opportunity
II.1.2)

Main CPV code

44613800  -  Containers for waste material
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Manufacture, testing, inspection and delivery of Hybrid 2 63 Can Racks to Sellafield Ltd. Hybrid 2 63 Can Racks are a high integrity, precision engineered, stainless steel, nuclear spent fuel containment system which will store spent fuel in the Thorp Receipt and Storage (TR&S) facility at Sellafield.
II.1.5)

Estimated total value

Value excluding VAT: 44680000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

09300000  -  Electricity, heating, solar and nuclear energy
09340000  -  Nuclear fuels
09343000  -  Radioactive materials
14622000  -  Steel
44613000  -  Large containers
44613400  -  Storage containers
90520000  -  Radioactive-, toxic-, medical- and hazardous waste services
90521520  -  Packaging of intermediate level nuclear waste
II.2.3)

Place of performance

NUTS code:  UKD1 -  Cumbria
Main site or place of performance:  
Cumbria
II.2.4)

Description of the procurement

In order to support the Nuclear Decommissioning Authority (NDA), Sellafield Ltd requires Hybrid 2 63 Can Racks (“Racks”) to store spent fuel.
As stated within II.1.4 short description the Hybrid 2 63 Can Rack contract opportunity consists of the manufacture, testing, inspection and delivery of Racks to Sellafield Ltd. The Racks are a high integrity, precision engineered, stainless steel, nuclear spent fuel containment system which need to be manufactured in accordance with the design specification set by Sellafield Ltd. The design specification for the Rack is suitable for repeat, production manufacture.
To meet Sellafield Ltd’s requirement for Racks, as an output of this procurement, contracts are to be awarded to two suppliers. Each of the two contracts awarded will have an initial commitment for the supply of 80 racks to Sellafield Ltd. as well as provisions to enable an increase to the initial commitment. In the aggregate across both contracts, the overall scope of this procurement has the potential to result in the delivery of 240 racks. How the extra volume will be awarded is detailed in the procurement documents, which can be located within the Sellafield Ltd Complete Tender Management (CTM) system under reference 12613.
Sellafield will require deliveries to be made at a rate of 2 racks per month per contract, with a target to provide the first 20 per racks per contract by November 2022. Contract Award is planned for August 2021
Sellafield Ltd have produced an estimate, which includes a series of assumptions (such as volume awarded, rate of manufacture, manufacturing approach, manufacturing efficiency and mobilisation durations); this has determined the total estimated value above. Sellafield Ltd estimates that the contracts for the initial commitment of 80 racks are valued between £7.56m and £15.06m.
Further information detailing Sellafield Ltd.'s requirements, the Contract and competition process (including Selection & Award Criteria) can be located within the Sellafield Ltd Complete Tender Management (CTM) system under reference 12613.
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: 44680000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 25/08/2021  /  End: 24/08/2028
This contract is subject to renewal: no
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:
Sellafield Ltd envisages a total of five Candidates to be invited to the Invitation to Tender (ITT) stage where Tenderers will be requested to submit responses against the Award criteria.
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

III.2.2)

Contract performance conditions

The Contract and associated performance conditions are included within the Procurement documents. Acceptance of the Terms & Conditions of Contract is a condition for the award of a 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 : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2020/S 035-083895
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  19/11/2020
Local time:  15:00
IV.2.3)

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

Date: 27/01/2021
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.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

Royal Courts of Justice
London
UK