Contract notice

Information

Published

Expire date: 15/08/2022

External Reference: 2022-445002

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

National Nuclear Laboratory (NNL)
Chadwick House, Warrington Road, Birchwood Park
Warrington
WA3 6AE.
UK
Contact person: David Kirkbride
Telephone: +44 1925933793
NUTS code:  UKD61 -  Warrington
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=15645&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 Science

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

MOx Fuel Line
Reference number:  NNLC123
II.1.2)

Main CPV code

45351000  -  Mechanical engineering installation works
II.1.3)

Type of contract

Works
II.1.4)

Short description

The current Fuel Line located in National Nuclear Laboratory’s (NNL’s) Central Laboratory was designed and installed in the mid-2000’s in Area 400 to provide research and development (R&D) support to Sellafield Mixed Oxide (MOx) Plant (SMP), which utilised the Short Binderless Route (SBR) for producing MOx. However, the Fuel Line was never fully commissioned and has remained in a state of Care and Maintenance (C&M) since then.
The intent is to re-purpose the above existing fuel line, whilst keeping certain elements embedded within the design.
The scope of the works required is therefore to Design, Install and provide technical support to Commissioning for the Fuel Line for future usage by the NDA
II.1.5)

Estimated total value

Value excluding VAT: 30000000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

09340000  -  Nuclear fuels
45251110  -  Nuclear-power station construction work
45300000  -  Building installation work
71300000  -  Engineering services
71321000  -  Engineering design services for mechanical and electrical installations for buildings
71323200  -  Plant engineering design services
71350000  -  Engineering-related scientific and technical services
II.2.3)

Place of performance

NUTS code:  UKD11 -  West Cumbria
II.2.4)

Description of the procurement

The current Fuel Line located in National Nuclear Laboratory’s (NNL’s) Central Laboratory was designed and installed in the mid-2000’s in Area 400 to provide research and development (R&D) support to Sellafield Mixed Oxide (MOx) Plant (SMP), which utilised the Short Binderless Route (SBR) for producing MOx. However, the Fuel Line was never fully commissioned and has remained in a state of Care and Maintenance (C&M) since then.
Nuclear Decommissioning Authority (NDA) is responsible for the current civil plutonium stockpile. It is currently considering options for plutonium disposition including reusing the material within new MOx fuel (<12.5 w/w % Pu) for LWR type reactors, or immobilising within a well-engineered inert matrix, suitable for disposal within a Geological Disposal Facility (GDF).
There is also the option of making “disposal-grade” MOx pellets for disposal within a Geological Disposal Facility (GDF) as an alternative to immobilisation within a ceramic, such as zirconolite, currently being pursued through hot isostatic pressing (HIP).
After over 60 years of reprocessing, there are a wide range of plutonium dioxide product cans of varying ages, plutonium vectors, impurities and with a spectrum of fidelity on analytical information depending on the requirements of the time. As such, there is a need to demonstrate that each subset of material families can be made into a MOx ceramic pellets suitable for use in reactors or for disposal.
With this mission ahead and range of options still available, it is important to have a flexible research and development MOx line to build experience of making ceramic MOx pellets for reuse or disposal with the full range of the plutonium stockpile. The line will have the dual purpose of making LWR fuel quality pellets (<12.5 w/w % Pu) or disposal-grade MOx using an industrially proven process, but also retain the existing SBR type equipment to allow as many powder processing options to remain open for reactor or disposal-grade MOx pellets to be developed.
A single works contract for the full scope of the works will be awarded to the successful Supplier, under which the supplier will be required to deliver the following elements:
• Preliminary Design
• Detailed Design
• Procurement
• Assembly/Manufacture
• Offsite testing
• On site installation & testing
• Design and Technical Support to Commissioning and Handover; and
• Training
The contract will be split into 3 Sections, under the NEC3 ECC optional clause X5 (Section Completion):
• Section 1 – Completion of Preliminary Design
• Section 2 – Completion of Detailed Design
• Section 3 – Completion of the remainder of the Works
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: 30000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/05/2023  /  End:
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:  Detailed within 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

As detailed within the Terms and Conditions
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted 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 000-031353
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  15/08/2022
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

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

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.