Tender

Fabrication and Machining Framework

  • National Nuclear Laboratory

F02: Contract notice

Notice identifier: 2022/S 000-006344

Procurement identifier (OCID): ocds-h6vhtk-031f61

Published 8 March 2022, 4:12pm



Section one: Contracting authority

one.1) Name and addresses

National Nuclear Laboratory

5th Floor Chadwick House, Birchwood Park

Warrington

WA3 6AE

Contact

Rabia Khan

Email

Rabia.khan@uknnl.com

Telephone

+44 1925939481

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

3857752

Internet address(es)

Main address

https://www.gov.uk/government/case-studies/shared-services-alliance-ssa-for-nuclear-decommissioning-estate

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

http://www.justice.gov.uk

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

London

London

Country

United Kingdom

Internet address

http://www.justice.gov.uk

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