Contract notice

Information

Published

Expire date: 24/11/2021

External Reference: 2021-453913

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

CTM Portal for the NDA Shared Services Alliance
01002607
Calder Bridge
Seascale
CA20 1PG
UK
Contact person: Emma Pritt
Telephone: +44 1946772955
NUTS code:  UKD11 -  West 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=14074&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 Mild Steel Drums and Liners
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 and delivery of 200L drums and Liners to Sellafield Ltd. The 200L Drums are a mild steel drum, manufactured to BS EN ISO 15750-1 (with minor modifications to the height requirements). The mild steel Liners are placed inside the 200L drum and provide additional impact protection to the 200L drums.
II.1.5)

Estimated total value

Value excluding VAT: 700000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

44450000  -  Mild steel
44613400  -  Storage containers
44616200  -  Waste drums
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

In order to support the Nuclear Decommissioning Authority (NDA), Sellafield Ltd requires 200L Drums and Liners.
As stated within II.1.4 short description, the 200L Drums/Liners contract opportunity consists of the manufacture, testing and delivery of Drums/Liners to Sellafield Ltd. The 200L Drums are a mild steel drum, manufactured to BS EN ISO 15750-1 (with minor modifications to the height requirements). The Liners are placed inside the 200L drum and provide additional protection to the 200L drums.
The contract opportunity is for a 2+1+1 Framework Agreement, which will be awarded to a single supplier. The anticipated demand is for a requirement of up to 6,600 Drums and 1,400 Liners. These volumes are estimates only and Sellafield Ltd does not provide any guarantee of the specified numbers.
Further information detailing Sellafield Ltd’s requirements, the Contract and competition process (including Selection and Award Criteria) can be located within the Sellafield Ltd Complete Tender Management (CTM) system under reference 13695.
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: 700000.00  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:  Not applicable
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

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  03/11/2021
Local time:  13:00
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:  03/11/2022
IV.2.7)

Conditions for opening of tenders

Date:  03/11/2021
Local time:  13:00

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

Royal Courts of Justice
London
UK