Prior information notice - Call for competition

Information

Published

Expire date: 31/03/2022

External Reference: 2022-468254

Prior information notice - Call for competition

Prior information notice

Works

This notice is a call for competition

Section I: Contracting authority

I.1)

Name and addresses

Sellafield Ltd
01002607
Calder Bridge
Seascale
CA20 1PG
UK
Contact person: Martin Ellicott
Telephone: +44 7855149009
NUTS code:  UKD1 -  Cumbria
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=15616&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

FMRP
Reference number:  FMRP
II.1.2)

Main CPV code

45453100  -  Refurbishment work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Sellafield Limited (SL) is developing its Acquisition Strategy (AS) for the Flask Maintenance Repurposing Project (FMRP).
The current assessment, aligned to the project delivery strategy, is that the project will require the procurement of major items of plant and equipment delivering the following capabilities through 4 separate Lots:
1 Flask Machining
2 Paint Removal
3 Pain Application
4 Flask Handling and Transportation
Please note
An earlier market engagement activity was previously undertaken also as a Prior Information Notice for the opportunity can be viewed on our Complete Tender Management System. https://sharedsystems.eu-supply.com/login.asp?B=SELLAFIELD
Log-in and search for ref 14912
Prior Information Notice Find a Tender Link
FMRP - Flask Maintenance Facility Upgrade Project Reference number: Flask Maint. Facility Upgrade
II.1.5)

Estimated total value

Value excluding VAT: 18000000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

31000000  -  Electrical machinery, apparatus, equipment and consumables; lighting
34513450  -  Production vessels
42418000  -  Lifting, handling, loading or unloading machinery
42418900  -  Loading or handling machinery
42632000  -  Numerically-controlled machines for metal
42637000  -  Machine tools for drilling, boring or milling metal
42637300  -  Machine tools for milling metal
42665000  -  Metal-spraying machinery
42997300  -  Industrial robots
45442100  -  Painting work
45442180  -  Repainting work
45442190  -  Paint-stripping work
45453000  -  Overhaul and refurbishment work
45453100  -  Refurbishment work
II.2.3)

Place of performance

NUTS code:  UKD1 -  Cumbria
NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Refer to attached document - it is intended that the tender will be split into Lots this has not been specified in the PIN as final approval of split is TBC
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: 18000000.00  GBP
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

Please submit answers to the attached documents 5 line of enquiry questions via a document upload using the CTM message portal

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:  Please refer to support document
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
TBC
Minimum level(s) of standards possibly required:  
N/A for PIN
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
TBC
Minimum level(s) of standards possibly required:  
N/A for PIN
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to support document

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted 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:  4
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 expressions of interest

Date:  31/03/2022
Local time:  17:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.3)

Additional information

Please refer to support document
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

Sellafield
Risley
UK