Section one: Contracting authority
one.1) Name and addresses
CTM Portal for the NDA Shared Services Alliance
Calder Bridge
Seascale
CA20 1PG
Contact
Craig Greenough
craig.greenough@sellafieldsites.com
Telephone
+44 7929845510
Country
United Kingdom
NUTS code
UKD1 - Cumbria
National registration number
01002607
Internet address(es)
Main address
Buyer's address
https://sharedsystems.eu-supply.com/ctm/Company/CompanyInformation/Index/3510
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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=15698&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=15698&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
FLOC Storage Tanks Submersible Pump Assembly
Reference number
FLOC Tank Sub Pump Assy
two.1.2) Main CPV code
- 71334000 - Mechanical and electrical engineering services
two.1.3) Type of contract
Services
two.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
two.1.5) Estimated total value
Value excluding VAT: £150,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71334000 - Mechanical and electrical engineering services
two.2.3) Place of performance
NUTS codes
- UKD1 - Cumbria
two.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
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: £150,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
22 June 2022
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
See tender documents
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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
three.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
three.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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
See tender documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
29 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: 22 September 2022
four.2.7) Conditions for opening of tenders
Date
29 April 2022
Local time
5:00pm
Place
Electronic
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
Sellafield
Birchwood
Country
United Kingdom