Contract notice

Information

Published

Date of dispatch of this notice: 10/11/2020

Expire date: 14/01/2021

External Reference: 2020-415758

TED Reference: 2020/S 222-547357

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Sellafield Ltd
01002607
Birchwood Park Avenue, Hinton House, Risley
Warrington
WA3 6GR
UK
Contact person: Sellafield Ltd
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=13113&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

High Integrity Stainless Steel Containers - HISSC
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 High Integrity Stainless Steel Containers (HISSC) to Sellafield Ltd. HISSC is a portfolio of specialised nuclear waste container products made from stainless steel which have been developed to provide long-term storage for intermediate and high-level nuclear waste arising from spent fuel re-processing and Sellafield Ltd’s high-risk facilities, the Legacy Ponds and Silos.
II.1.5)

Estimated total value

Value excluding VAT: 140464338.00  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

Lot 1 - Drums
Lot No:  1
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
44616000  -  Drums
44616200  -  Waste drums
44618400  -  Cans
44619000  -  Other containers
90520000  -  Radioactive-, toxic-, medical- and hazardous waste services
90521500  -  Packaging of radioactive waste
90521510  -  Packaging of low level nuclear waste
90521520  -  Packaging of intermediate level nuclear waste
98391000  -  Decommissioning services
II.2.3)

Place of performance

NUTS code:  UKD1 -  Cumbria
II.2.4)

Description of the procurement

In order to support the Nuclear Decommissioning Authority (NDA), Sellafield Ltd requires High Integrity Stainless Steel Containers (“HISSC”) to provide long-term storage for intermediate and high-level nuclear waste.
As stated within II.1.4 short description the HISSC contract opportunity consists of the manufacture, testing, inspection and delivery of HISSC to Sellafield Ltd. The HISSC are a portfolio of manufactured stainless-steel containers which need to be manufactured in accordance with the design specification set by Sellafield Ltd. The design specification for the HISSC products is suitable for repeat, production manufacture.
To meet Sellafield Ltd’s requirement for HISSC, as an output of this procurement, contracts are to be awarded to five suppliers: contracts will be let to two suppliers in Lot 1; and a separate contract in each of the other three lots. Each of the five contracts awarded will have a minimum supply commitment which is detailed as follows:
Lot 1: Drums Total = 13,918 (50% volume to be satisfied by each successful tenderer)
Lot 2: Stillages Total = 2,385, MBGWS Products Total = 243
Lot 3: Clip on Base Total = 48,000, CAGR Slotted Can Total = 11,700
Lot 4: WVP Container = 600
The full forecast summary and detailed breakdown of minimum supply commitment can be found within the HISSC Memorandum of Information with the Complete Tender Management system.
Sellafield Ltd has 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.
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 12734.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 03/05/2022  /  End: 02/05/2034
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:
Candidates will be shortlisted for each of the Lots they have applied for where; they meet the minimum requirements, and they are one of the highest 5 scoring candidates in their respective Lots. In the event that the five shortlisted Candidates are the same across all four lots, Sellafield Ltd. will shortlist one further Candidate on each Lot where a sixth Candidate has met the minimum 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
II.2)

Description

II.2.1)

Title

Lot 2 - General Fabrication
Lot No:  2
II.2.2)

Additional CPV code(s)

14622000  -  Steel
09300000  -  Electricity, heating, solar and nuclear energy
09340000  -  Nuclear fuels
09343000  -  Radioactive materials
44613000  -  Large containers
44613400  -  Storage containers
90520000  -  Radioactive-, toxic-, medical- and hazardous waste services
90521520  -  Packaging of intermediate level nuclear waste
44618400  -  Cans
44616000  -  Drums
44616200  -  Waste drums
44619000  -  Other containers
98391000  -  Decommissioning services
90521510  -  Packaging of low level nuclear waste
90521500  -  Packaging of radioactive waste
II.2.3)

Place of performance

NUTS code:  UKD1 -  Cumbria
II.2.4)

Description of the procurement

In order to support the Nuclear Decommissioning Authority (NDA), Sellafield Ltd requires High Integrity Stainless Steel Containers (“HISSC”) to provide long-term storage for intermediate and high-level nuclear waste.
As stated within II.1.4 short description the HISSC contract opportunity consists of the manufacture, testing, inspection and delivery of HISSC to Sellafield Ltd. The HISSC are a portfolio of manufactured stainless-steel containers which need to be manufactured in accordance with the design specification set by Sellafield Ltd. The design specification for the HISSC products is suitable for repeat, production manufacture.
To meet Sellafield Ltd’s requirement for HISSC, as an output of this procurement, contracts are to be awarded to five suppliers: contracts will be let to two suppliers in Lot 1; and a separate contract in each of the other three lots. Each of the five contracts awarded will have a minimum supply commitment which is detailed as follows:
Lot 1: Drums Total = 13,918 (50% volume to be satisfied by each successful tenderer)
Lot 2: Stillages Total = 2,385, MBGWS Products Total = 243
Lot 3: Clip on Base Total = 48,000, CAGR Slotted Can Total = 11,700
Lot 4: WVP Container = 600
The full forecast summary and detailed breakdown of minimum supply commitment can be found within the HISSC Memorandum of Information with the Complete Tender Management system.
Sellafield Ltd has 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.
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 12734.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 03/05/2022  /  End: 02/05/2034
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:
Objective criteria for choosing the limited number of candidates:
Candidates will be shortlisted for each of the Lots they have applied for where; they meet the minimum requirements, and they are one of the highest 5 scoring candidates in their respective Lots. In the event that the five shortlisted Candidates are the same across all four lots, Sellafield Ltd. will shortlist one further Candidate on each Lot where a sixth Candidate has met the minimum 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
II.2)

Description

II.2.1)

Title

Lot 3 - Pressings
Lot No:  3
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
44616000  -  Drums
44616200  -  Waste drums
44618400  -  Cans
44619000  -  Other containers
98391000  -  Decommissioning services
90521510  -  Packaging of low level nuclear waste
90521500  -  Packaging of radioactive waste
II.2.3)

Place of performance

NUTS code:  UKD1 -  Cumbria
II.2.4)

Description of the procurement

In order to support the Nuclear Decommissioning Authority (NDA), Sellafield Ltd requires High Integrity Stainless Steel Containers (“HISSC”) to provide long-term storage for intermediate and high-level nuclear waste.
As stated within II.1.4 short description the HISSC contract opportunity consists of the manufacture, testing, inspection and delivery of HISSC to Sellafield Ltd. The HISSC are a portfolio of manufactured stainless-steel containers which need to be manufactured in accordance with the design specification set by Sellafield Ltd. The design specification for the HISSC products is suitable for repeat, production manufacture.
To meet Sellafield Ltd’s requirement for HISSC, as an output of this procurement, contracts are to be awarded to five suppliers: contracts will be let to two suppliers in Lot 1; and a separate contract in each of the other three lots. Each of the five contracts awarded will have a minimum supply commitment which is detailed as follows:
Lot 1: Drums Total = 13,918 (50% volume to be satisfied by each successful tenderer)
Lot 2: Stillages Total = 2,385, MBGWS Products Total = 243
Lot 3: Clip on Base Total = 48,000, CAGR Slotted Can Total = 11,700
Lot 4: WVP Container = 600
The full forecast summary and detailed breakdown of minimum supply commitment can be found within the HISSC Memorandum of Information with the Complete Tender Management system.
Sellafield Ltd has 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.
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 12734.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 03/05/2022  /  End: 02/05/2034
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:
Objective criteria for choosing the limited number of candidates:
Candidates will be shortlisted for each of the Lots they have applied for where; they meet the minimum requirements, and they are one of the highest 5 scoring candidates in their respective Lots. In the event that the five shortlisted Candidates are the same across all four lots, Sellafield Ltd. will shortlist one further Candidate on each Lot where a sixth Candidate has met the minimum 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
II.2)

Description

II.2.1)

Title

Lot 4 - WVP Container
Lot No:  4
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
44618400  -  Cans
44616000  -  Drums
44616200  -  Waste drums
44619000  -  Other containers
98391000  -  Decommissioning services
90521510  -  Packaging of low level nuclear waste
90521500  -  Packaging of radioactive waste
II.2.3)

Place of performance

NUTS code:  UKD1 -  Cumbria
II.2.4)

Description of the procurement

In order to support the Nuclear Decommissioning Authority (NDA), Sellafield Ltd requires High Integrity Stainless Steel Containers (“HISSC”) to provide long-term storage for intermediate and high-level nuclear waste.
As stated within II.1.4 short description the HISSC contract opportunity consists of the manufacture, testing, inspection and delivery of HISSC to Sellafield Ltd. The HISSC are a portfolio of manufactured stainless-steel containers which need to be manufactured in accordance with the design specification set by Sellafield Ltd. The design specification for the HISSC products is suitable for repeat, production manufacture.
To meet Sellafield Ltd’s requirement for HISSC, as an output of this procurement, contracts are to be awarded to five suppliers: contracts will be let to two suppliers in Lot 1; and a separate contract in each of the other three lots. Each of the five contracts awarded will have a minimum supply commitment which is detailed as follows:
Lot 1: Drums Total = 13,918 (50% volume to be satisfied by each successful tenderer)
Lot 2: Stillages Total = 2,385, MBGWS Products Total = 243
Lot 3: Clip on Base Total = 48,000, CAGR Slotted Can Total = 11,700
Lot 4: WVP Container = 600
The full forecast summary and detailed breakdown of minimum supply commitment can be found within the HISSC Memorandum of Information with the Complete Tender Management system.
Sellafield Ltd has 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.
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 12734.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 03/05/2022  /  End: 02/05/2034
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:
Objective criteria for choosing the limited number of candidates:
Candidates will be shortlisted for each of the Lots they have applied for where; they meet the minimum requirements, and they are one of the highest 5 scoring candidates in their respective Lots. In the event that the five shortlisted Candidates are the same across all four lots, Sellafield Ltd. will shortlist one further Candidate on each Lot where a sixth Candidate has met the minimum 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 116-282737
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  21/12/2020
Local time:  17:00
IV.2.3)

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

Date: 01/03/2021
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
Strand
London
London
UK