Contract award notice

Information

Published

Date of dispatch of this notice: 11/12/2020

External Reference: 2020-492942

TED Reference: 2020/S 245-609102

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Sellafield Ltd
01002607
West Cumbria House
Workington
CA144HB
UK
Contact person: Andrew Thomas Barnes
Internet address(es):
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

Provision of a 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

Provision of Sellafield Ltd's Logistics Service Provider requirements including management of the Security and Distribution Centre and operation of the Control Tower.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  7750000.00  GBP
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:  
Workington
II.2.4)

Description of the procurement

Summary of the scope includes:
Control Tower (CT) Operation - The CT commenced operations in 2016 and 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.
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 CT.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Technical  /  Weighting:  60
Price  -  Weighting:  40
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 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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 231-566815

Section V: Award of contract

Contract No: 1

Title: Provision of a Logistics Service Provider

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

24/11/2020
V.2.2)

Information about tenders

Number of tenders received:  3
Number of tenders received from SMEs:  0
Number of tenders received by electronic means:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Peterson United Kingdom Ltd
Aberdeen
UK

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  7750000.00  GBP

Section VI: Complementary information

VI.3)

Additional information

Award of Sellafield Ltd's Logistics Service Provider following the conclusion of an OJEU restricted tender.
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

Andrew Barnes
West Cumbria House
Workington
CA144HB
UK