Contract

WP 5.3: Trial Rig - Prep for Shep

  • CTM Portal for the NDA Shared Services Alliance

F03: Contract award notice

Notice identifier: 2023/S 000-012129

Procurement identifier (OCID): ocds-h6vhtk-03c4b4

Published 27 April 2023, 2:03pm



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

Email

lena.askew@sellafieldsites.com

Telephone

+44 1946788502

Country

United Kingdom

Region code

UKD11 - West Cumbria

National registration number

01002607

Internet address(es)

Main address

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

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

Email

ritter@nuvisioneng.com

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

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

Sellafield ltd

seascale

ca141pg

Country

United Kingdom