Contract notice

Information

Published

Date of dispatch of this notice: 16/12/2020

Expire date: 17/02/2021

External Reference: 2020-417106

TED Reference: 2020/S 248-619094

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Direct Rail Services
3020822
Regents Court
Carlisle
CA6 4SJ
UK
Contact person: Tom Crowe
Telephone: +44 1925802065
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=13188&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

Provision of Crane - Maintenance and Lift Operations Support ITT
Reference number:  TC04062020
II.1.2)

Main CPV code

50531400  -  Repair and maintenance services of cranes
II.1.3)

Type of contract

Services
II.1.4)

Short description

The overview of the scope requires the successful contractor to deliver inspection, maintenance and operation of the fixed gantry cranes at the following sites, with a range in sizes of 55 tonne lifting capacity:
- Valley
- Berkeley
- Bridgwater
- Dungeness
- Leiston
- Southminster
- Georgmas (110 tonnes lifting capacity)
All cranes require monthly planned maintenance inspections with additional, in depth, quarterly inspections which captures the inspection of the crane requiring MWEP access.
The remaining cranes at Crewe (one 5 tonne & one 1 tonne) and Carlisle (one 5 tonne) require a six-monthly inspection and maintenance regime only (LOLER).
II.1.5)

Estimated total value

Value excluding VAT: 5000000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

42400000  -  Lifting and handling equipment and parts
42410000  -  Lifting and handling equipment
42414000  -  Cranes, mobile lifting frames and works trucks fitted with a crane
42418000  -  Lifting, handling, loading or unloading machinery
50530000  -  Repair and maintenance services of machinery
50531000  -  Repair and maintenance services for non-electrical machinery
II.2.4)

Description of the procurement

The overview of the scope requires the successful contractor to deliver inspection, maintenance and operation of the fixed gantry cranes at the following sites, with a range in sizes of 55 tonne lifting capacity:
- Valley
- Berkeley
- Bridgwater
- Dungeness
- Leiston
- Southminster
- Georgmas (110 tonnes lifting capacity)
All cranes require monthly planned maintenance inspections with additional, in depth, quarterly inspections which captures the inspection of the crane requiring MWEP access.
The remaining cranes at Crewe (one 5 tonne & one 1 tonne) and Carlisle (one 5 tonne) require a six-monthly inspection and maintenance regime only (LOLER).
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: 5000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
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:  Refer to the Procurement Documents
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

Refer to the Procurement Documents

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open 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: 2020/S 109-265804
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  03/02/2021
Local time:  12:00
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

Tender must be valid until:  03/08/2021
IV.2.7)

Conditions for opening of tenders

Date:  03/02/2021
Local time:  12:00

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

Direct Rail Services Limited
Regents Court
Carlisle
CA6 4SJ
UK