Contract notice

Information

Published

Expire date: 26/11/2021

External Reference: 2021-414820

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Sellafield Ltd
01002607
Calder Bridge
Seascale
CA20 1PG
UK
Contact person: Janice Kitchener
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=14205&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

Oversize IP2 Container
Reference number:  7498
II.1.2)

Main CPV code

44613300  -  Standard freight containers
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The manufacture, testing and delivery of an Oversized Freight Container (Type IP2).
Compared to a conventional ISO Container, the main differences of the Oversized Freight Container is its size, the inclusion of an internal stainless-steel liner and a side opening door.
Sellafield may, as an option which may be exercised by Sellafield in its absolute discretion, require that the successful Tenderer manufacture and assemble a further Oversized Freight Container – please see section II.2.4 for further details
II.1.5)

Estimated total value

Value excluding VAT: 1200000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

34220000  -  Trailers, semi-trailers and mobile containers
44613800  -  Containers for waste material
44619000  -  Other containers
II.2.3)

Place of performance

NUTS code:  UKD11 -  West Cumbria
NUTS code:  UKD -  NORTH WEST (ENGLAND)
NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
CA20 1PG
II.2.4)

Description of the procurement

The manufacture, testing and delivery of an Oversized Freight Container (Type IP2).
Compared to a conventional ISO Container, the main differences of the Oversized Freight Container is its size, the inclusion of an internal stainless-steel liner and a side opening door.
Compliance is required against, but is not limited to, the following regulations:
• The Supplier shall ensure compliance to the Freight Container Regulations (Safety Convention) 1984. The container shall be type approved in accordance with the requirements of the Freight Container Regulations 1984, by an inspection authority, a body registered under the International Convention for Safe Containers (CSC) [1] scheme by the UK Health and Safety Executive (HSE).
• The Supplier shall ensure that any part of the container defined as a machine in accordance with The Supply of Machinery (Safety) Regulations 2008, is CE marked and as such provide Sellafield Ltd. with the technical file and certificate of conformity for that machine.
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: 1200000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 21
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: yes
Description of options:
Sellafield may, as an option which may be exercised by Sellafield in its absolute discretion, require that the successful Tenderer manufacture and assemble a further Oversized Freight Container – please see section II.2.4 for further details
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:  As Tender 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

As per tender 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 : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the FTS: 2021/S 000-022809
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  17/11/2021
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

Duration in months : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  17/11/2021
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

Sellafield may terminate or suspend the award process at any time without incurring any cost or liability. Sellafield does not bind itself to enter into any contract arising out of the procedures envisaged by this notice. No contractual rights express or implied arise out of this notice or the procedures envisaged by it. Sellafield will not be liable in any way to any candidate or tenderer for any cost incurred in connection with this procurement process. Sellafield reserves the right to disqualify any candidate who provides information or confirmations which later prove to be untrue or incorrect, does not supply the information required by this notice or as otherwise directed by Sellafield during the procurement process.
VI.4)

Procedures for review

VI.4.1)

Review body

London Court of International Arbitration
70 Fleet street
London
EC4Y 1EU
UK

VI.4.2)

Body responsible for mediation procedures

London Court of International Arbitration
70 Fleet street
London
EC4Y 1EU
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

Sellafield Ltd
Hinton House
Warrington
WA3 6GR
UK