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
janice.kitchener@sellafieldsites.com
Country
United Kingdom
NUTS 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.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