Section one: Contracting authority
one.1) Name and addresses
CTM Portal for the NDA Shared Services Alliance
Calder Bridge
Seascale
CA20 1PG
Contact
Lena Askew
lena.askew@sellafieldsites.com
Telephone
+44 1946788502
Country
United Kingdom
Region code
UKD11 - West 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.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
WP 5.3: Trial Rig - Prep for Shep
Reference number
U52/2000464462 / FGMSP
two.1.2) Main CPV code
- 79121100 - Software copyright consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Contractor’s extent of supply shall include the following (Please refer to SP/LPSERP-
035/PROJ/00207/A)
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £2.28
two.2) Description
two.2.2) Additional CPV code(s)
- 79121100 - Software copyright consultancy services
two.2.3) Place of performance
NUTS codes
- UKD11 - West Cumbria
Main site or place of performance
Sellafield Ltd
two.2.4) Description of the procurement
Contractor’s extent of supply shall include the following (Please refer to SP/LPSERP-
035/PROJ/00207/A)
:
a) Transport of the existing test rig from Chorley, UK to the contractor’s facility.
b) Design, supply and setting to work the test rig with the modified phase 2 PJM software.
c) The contractor shall specify interfaces for services and quantities required for the rig.
d) The contractor shall specify interfaces for control with ancillary equipment.
e) Painting and protection as required.
f) Delivery to Sellafield site.
g) Supporting Documentation, (see section 6.3 of Specification SP/LPSERP-
035/PROJ/00207/A)
h) Lifting points for installation (as required).
i) Provision of technical support during construction and commissioning at Sellafield.
j) Declaration of Conformity for the quarter scale rig, including UKCA plate attached to
the re-purposed quarter scale test rig as stated in section Error! Reference source not
found. in the specification (SP/LPSERP-035/PROJ/00207/A).
k) Recommended spares list for operational life.
two.2.5) Award criteria
Cost criterion - Name: Price / Weighting: 100
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
The PO is placed in US Dollars
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- No tenders or no suitable tenders/requests to participate in response to open procedure
- The services can be provided only by a particular economic operator for the following reason:
- absence of competition for technical reasons
Explanation:
-The PJM System is controlled via the pulse jet mixer control system (Prescon). In order to facilitate the operation of the test rig the pulse jet mixer software being provided by the SPP1 Process Improvement Project will need ot be adapted to allow it to work on the test rig.
-These modifications would require access to the full source code that contains the details of the NuVision Engineering proprietary Prescon® Algorithm. NuVision owns the Intellectual Property Rights to the Software and will not grant access or give permission for a third party to perform modifications.
-Please note, as per the SPP1 process improvement project access to the software is kept with ESCROW, such that if Nuvision Engineering ceased to exist SL would get the IPR to the software and CSG could maintain it going forward.
-Nuvision have the IPR rights for the PJM system, if another supplier was to be appointed they would be unable to access the code for the existing system, and it would lead to an upredictable output, potentially leading to increased cost and schedule. There would be no incentive for Nuvision to work with a third party, which could lead to interface issues and cost and schedule increases.
-The test rig that will be used was originally a Nuvision test rig that was used for the phase 1 of the software and so they have the existing knowledge to be able to utilise it and rebuild it.
-Furthermore, there isn’t an option in this situation to utilise another supplier due to the IPR. However, by using the same company increases predictability in the outputs required by the project due to knowledge and expertise that NVE have of the PJMs and the trial rig that the project are required to re-build.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section five. Award of contract
Contract No
1
Title
WP 5.3: Trial Rig - Prep for Shep
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 April 2023
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
NuVision Engineering
184B Rolling Hill Rd, Mooresville
Mooresville
28115
Country
United States
NUTS code
- US - United States
National registration number
NuVision Engineering
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £800,000
Lowest offer: £2,288,000 / Highest offer: £2,288,000 taken into consideration
Section six. Complementary information
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 ltd
seascale
ca141pg
Country
United Kingdom