Contract notice

Information

Published

Expire date: 06/05/2022

External Reference: 2022-436555

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: Craig Greenough
Telephone: +44 7929845510
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=15698&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

FLOC Storage Tanks Submersible Pump Assembly
Reference number:  FLOC Tank Sub Pump Assy
II.1.2)

Main CPV code

71334000  -  Mechanical and electrical engineering services
II.1.3)

Type of contract

Services
II.1.4)

Short description

A contract opportunity for the supply of equipment / materials, manufacture, assembly, inspection, works testing, marking, packaging and delivery of a Submersible 110KW Pump Assembly to support the FLOC Retrievals Programme of works. The full scope of the contract can be seen in the attached Contract Scope Document (ref. SP/B241/PROJ/00016 B). The Submersible Pump Assembly will incorporate a free issue Submersible 110KW Pump being supplied by Hidrostal Ltd. The successful tenderer will need to demonstrate they have the capability to manufacture the Pump Yoke, Pump Oil Removal Pipework and Seal Flush Assembly and Junction Box, the capability to handle the free-issue Pump and incorporate into the Pump Assembly and the capability to manage the nominated sub-contractors, Hidrostal Ltd and Hydrobond Engineering Ltd to complete the assembly and undertake works testing of the fully assemble system
II.1.5)

Estimated total value

Value excluding VAT: 150000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71334000  -  Mechanical and electrical engineering services
II.2.3)

Place of performance

NUTS code:  UKD1 -  Cumbria
II.2.4)

Description of the procurement

A contract opportunity for the supply of equipment / materials, manufacture, assembly, inspection, works testing, marking, packaging and delivery of a Submersible 110KW Pump Assembly to support the FLOC Retrievals Programme of works. The full scope of the contract can be seen in the attached Contract Scope Document (ref. SP/B241/PROJ/00016 B). The Submersible Pump Assembly will incorporate a free issue Submersible 110KW Pump being supplied by Hidrostal Ltd. The successful tenderer will need to demonstrate they have the capability to manufacture the Pump Yoke, Pump Oil Removal Pipework and Seal Flush Assembly and Junction Box, the capability to handle the free-issue Pump and incorporate into the Pump Assembly and the capability to manage the nominated sub-contractors, Hidrostal Ltd and Hydrobond Engineering Ltd to complete the assembly and undertake works testing of the fully assemble system
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: 150000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 22/06/2022  /  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
II.2.14)

Additional information

See tender documents

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:  See tender documents
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
See tender documents
Minimum level(s) of standards possibly required:  
n/a
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
See tender documents
Minimum level(s) of standards possibly required:  
See tender documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

See 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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  29/04/2022
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:  22/09/2022
IV.2.7)

Conditions for opening of tenders

Date:  29/04/2022
Local time:  17:00
Place:  
Electronic

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

Sellafield
Birchwood
UK