Contract notice

Information

Published

Expire date: 21/04/2022

External Reference: 2022-411098

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

National Nuclear Laboratory
3857752
5th Floor Chadwick House, Birchwood Park
Warrington
WA3 6AE
UK
Contact person: Rabia Khan
Telephone: +44 1925939481
NUTS code:  UK -  UNITED KINGDOM
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=15565&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

Fabrication and Machining Framework
Reference number:  NNLC259F
II.1.2)

Main CPV code

45255400  -  Fabrication work
II.1.3)

Type of contract

Works
II.1.4)

Short description

NNL is seeking to tender a multi-Lot framework agreement to provide a compliant route to market for Fabrication and Machining Services.
II.1.5)

Estimated total value

Value excluding VAT: 4000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Non-nuclear Rig Fabrication and Machining
Lot No:  1
II.2.2)

Additional CPV code(s)

42150000  -  Nuclear reactors and parts
42151000  -  Nuclear reactors
42152000  -  Parts of nuclear reactors
42152200  -  Parts of nuclear-reactor vessels
45262670  -  Metalworking
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Fabrication and machining (manufacture) of experimental rigs to go into non-nuclear facilities. Typical requirements may include:
• Small to medium scale processing plant e.g. pumps, reactors, mixers, heat exchangers, furnaces, filtration systems, gas scrubbers and driers.
• Pressure vessels to PD5500, ASME VIII or relevant EN standards.
• Piping for compressed gas distribution to ASME B31.3
• Piping for transport of liquids, including corrosive substances to ASME B31.3
• Mechanical handling equipment
• Mechanical storage equipment
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: 4000000.00  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
II.2.14)

Additional information

Full details can be found in the tender documentation uploaded onto the CTM eTendering portal.
II.2)

Description

II.2.1)

Title

Nuclear Rig Fabrication and Machining
Lot No:  2
II.2.2)

Additional CPV code(s)

42150000  -  Nuclear reactors and parts
42151000  -  Nuclear reactors
42152000  -  Parts of nuclear reactors
42152200  -  Parts of nuclear-reactor vessels
45262670  -  Metalworking
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Fabrication and machining (manufacture) of equipment to go into nuclear facilities. Typical requirements as per Lot 1 plus the following:
• Radiation shielding
• Storage & handling equipment for solid active material
• Piping for transport of liquids, including radioactive substances
• HEPA gas filtration
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: 4000000.00  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
II.2.14)

Additional information

Full details can be found in the tender documentation uploaded onto the CTM eTendering portal.
II.2)

Description

II.2.1)

Title

Nuclear Infrastructure Fabrication and Machining
Lot No:  3
II.2.2)

Additional CPV code(s)

42512300  -  HVAC packages
42150000  -  Nuclear reactors and parts
42151000  -  Nuclear reactors
42152000  -  Parts of nuclear reactors
42152200  -  Parts of nuclear-reactor vessels
45262670  -  Metalworking
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Build or modification of:
a) HVAC systems, including:
• HEPA filtration
• Fire dampers, balance dampers
• Air-handling units
• Extract fans and stacks
• Environmental discharge monitoring (including radioactivity)
• Instrumentation and control (e.g. flow, temperature, pressure and humidity)
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: 4000000.00  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
II.2.14)

Additional information

Full details can be found in the tender documentation uploaded onto the CTM eTendering portal.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

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

Any services, projects or contracts delivered under this framework will be performed in the United Kingdom. Full details can be found in the Appendix D - Procurement Specification issued on CTM.

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 several operators
Envisaged maximum number of participants to the framework agreement:  9
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  14/04/2022
Local time:  17:00
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:  03/07/2023
IV.2.7)

Conditions for opening of tenders

Date:  14/04/2022
Local time:  17:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

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

Additional information

Full details of the award criteria can be found in the ITT documentation and ITT guidance notes. Tenderers should read all documentation provided before they submit a bid for this 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

Royal Courts of Justice
London
UK