Section one: Contracting authority
one.1) Name and addresses
Sellafield Ltd
Calder Bridge
Seascale
CA20 1PG
Contact
Jack Brown
jack.x.brown@sellafieldsites.com
Telephone
+44 1946788099
Country
United Kingdom
NUTS code
UKD11 - West Cumbria
National registration number
01002607
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=13821&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=13821&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
Provision of Variable Speed Drive (VSD) maintenance, including scheduled preventative maintenance, emergency breakdown response and telephone support.
Reference number
13442
two.1.2) Main CPV code
- 50324200 - Preventive maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Sellafield Ltd has a requirement for a service provider to supply Variable Speed Drive (VSD) maintenance, including scheduled preventative maintenance, emergency breakdown response and telephone support. Sellafield has a range of VSDs located throughout it's site in West Cumbria.
two.1.5) Estimated total value
Value excluding VAT: £2,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 71334000 - Mechanical and electrical engineering services
two.2.3) Place of performance
NUTS codes
- UKD11 - West Cumbria
Main site or place of performance
Sellafield Ltd Site
two.2.4) Description of the procurement
Sellafield Ltd has a requirement for a service provider to supply Variable Speed Drive (VSD) maintenance, including scheduled preventative maintenance, emergency breakdown response and telephone support. Sellafield has a range of VSDs located throughout it's site in West Cumbria.
Tenderers are requested to review all of the tender documentation including the ITT, T&Cs and Scope of work and to submit a bid if so desired. All tender documentation can be accessed on Sellafield's Complete Tender Management (CTM) System, searching tender reference 13442.
The duration of the contract will be 4.5 years, this will include a 3 month Mobilisation Period, 4 years of service delivery and a 3 month Exit Period. Sellafield is seeking an experienced supply chain partner who can deliver the full scope of work across all Sellafield's VSD assets, as listed within the scoping document. Service providers must have the ability to carry out the scope of work across all OEM's VSDs and have the ability to source the required spare parts in a timely fashion (as outlined within the scoping document).
Queries regarding this tender should be directed to Jack Brown via Sellafield's CTM messaging system, or by contacting jack.x.brown@sellafieldsites.com / 019467 88099.
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: £2,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
54
This contract is subject to renewal
Yes
Description of renewals
Continual VSD Maintenance services will be required across the Sellafield site. Sellafield will re-tender this package of work, prior to the end of the existing contractual arrangement.
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
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
A suite of Key Performance Indicators which will be employed during the contract have been detailed within the Terms and Conditions. See T&Cs within Sellafield's CTM System.
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.2.1) Previous publication concerning this procedure
Notice number: 2020/S 155-380434
four.2.2) Time limit for receipt of tenders or requests to participate
Date
3 September 2021
Local time
12:00pm
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
Duration in months: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
3 September 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 01/04/2024
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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
Calderbridge
CA20 1PG
Country
United Kingdom