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.
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
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.
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
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.
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
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.
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