Tender

Oversize Freight Container (Type IP2)

  • CTM Portal for the NDA Shared Services Alliance

F02: Contract notice

Notice identifier: 2021/S 000-022809

Procurement identifier (OCID): ocds-h6vhtk-02e087

Published 14 September 2021, 2:12pm



The closing date and time has been changed to:

17 November 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

CTM Portal for the NDA Shared Services Alliance

Calder Bridge

Seascale

CA20 1PG

Contact

Janice Kitchener

Email

janice.kitchener@sellafieldsites.com

Country

United Kingdom

NUTS 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.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=13872&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=13872&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

Oversize Freight Container (Type IP2)

Reference number

CTM7498

two.1.2) Main CPV code

  • 34221000 - Special-purpose mobile containers

two.1.3) Type of contract

Supplies

two.1.4) Short description

The manufacture, testing and delivery of an Oversized Freight Container (Type IP2).

Compared to a conventional ISO Container, the main differences of the Oversized Freight Container is its size, the inclusion of an internal stainless-steel liner and a side opening door.

two.1.5) Estimated total value

Value excluding VAT: £600,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34220000 - Trailers, semi-trailers and mobile containers
  • 44613300 - Standard freight containers
  • 44613800 - Containers for waste material
  • 44619000 - Other containers

two.2.3) Place of performance

NUTS codes
  • UKD11 - West Cumbria
  • UKD1 - Cumbria
  • UKD - North West (England)
  • UK - United Kingdom
Main site or place of performance

Sellafield, Seascale, West Cumbria

two.2.4) Description of the procurement

The manufacture, testing and delivery of an Oversized Freight Container (Type IP2).

Compared to a conventional ISO Container, the main differences of the Oversized Freight Container is its size, the inclusion of an internal stainless-steel liner and a side opening door.

Compliance is required against, but is not limited to, the following regulations:

• The Supplier shall ensure compliance to the Freight Container Regulations (Safety Convention) 1984. The container shall be type approved in accordance with the requirements of the Freight Container Regulations 1984, by an inspection authority, a body registered under the International Convention for Safe Containers (CSC) [1] scheme by the UK Health and Safety Executive (HSE).

• The Supplier shall ensure that any part of the container defined as a machine in accordance with The Supply of Machinery (Safety) Regulations 2008, is CE marked and as such provide Sellafield Ltd. with the technical file and certificate of conformity for that machine.

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: £600,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

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


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

As tender documents

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

As per 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

Originally published as:

Date

19 October 2021

Local time

12:00pm

Changed to:

Date

17 November 2021

Local time

12:00pm

See the change notice.

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

20 October 2021

Local time

12:00pm

Place

Hinton House, Birchwood Park Avenue, Risley, Warrington, Cheshire, WA3 6GR


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Sellafield may terminate or suspend the award process at any time without incurring any cost or liability. Sellafield does not bind itself to enter into any contract arising out of the procedures envisaged by this notice. No contractual rights express or implied arise out of this notice or the procedures envisaged by it. Sellafield will not be liable in any way to any candidate or tenderer for any cost incurred in connection with this procurement process. Sellafield reserves the right to disqualify any candidate who provides information or confirmations which later prove to be untrue or incorrect, does not supply the information required by this notice or as otherwise directed by Sellafield during the procurement process.

six.4) Procedures for review

six.4.1) Review body

London Court of International Arbitration

70 Fleet street

London

EC4Y 1EU

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

London Court of International Arbitration

70 Fleet street

London

EC4Y 1EU

Country

United Kingdom

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, Sellafield Ltd 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

Hinton House

Risley, Warrington

Country

United Kingdom