Section one: Contracting authority
one.1) Name and addresses
National Nuclear Laboratory
5th Floor Chadwick House, Birchwood Park
Warrington
WA3 6AE
Contact
Rabia Khan
Telephone
+44 1925939481
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
3857752
Internet address(es)
Main address
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15565&B=SELLAFIELD
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Nuclear Decommissioning
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Fabrication and Machining Framework
Reference number
NNLC259F
two.1.2) Main CPV code
- 45255400 - Fabrication work
two.1.3) Type of contract
Works
two.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.
two.1.5) Estimated total value
Value excluding VAT: £4,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Non-nuclear Rig Fabrication and Machining
Lot No
1
two.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
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Full details can be found in the tender documentation uploaded onto the CTM eTendering portal.
two.2) Description
two.2.1) Title
Nuclear Rig Fabrication and Machining
Lot No
2
two.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
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Full details can be found in the tender documentation uploaded onto the CTM eTendering portal.
two.2) Description
two.2.1) Title
Nuclear Infrastructure Fabrication and Machining
Lot No
3
two.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
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Full details can be found in the tender documentation uploaded onto the CTM eTendering portal.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 April 2022
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 3 July 2023
four.2.7) Conditions for opening of tenders
Date
14 April 2022
Local time
5:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.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.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand
London
London
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand
London
London
Country
United Kingdom
Internet address
six.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.
six.4.4) Service from which information about the review procedure may be obtained
Royal Courts of Justice
London
Country
United Kingdom