Section one: Contracting authority
one.1) Name and addresses
CTM Portal for the NDA Shared Services Alliance
Calder Bridge
Seascale
CA20 1PG
Contact
Emma Pritt
Emma.pritt@sellafieldsites.com
Telephone
+44 1946772955
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=14074&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=14074&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 Mild Steel Drums and Liners
two.1.2) Main CPV code
- 44613800 - Containers for waste material
two.1.3) Type of contract
Supplies
two.1.4) Short description
Manufacture, testing and delivery of 200L drums and Liners to Sellafield Ltd. The 200L Drums are a mild steel drum, manufactured to BS EN ISO 15750-1 (with minor modifications to the height requirements). The mild steel Liners are placed inside the 200L drum and provide additional impact protection to the 200L drums.
two.1.5) Estimated total value
Value excluding VAT: £700,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 44450000 - Mild steel
- 44613400 - Storage containers
- 44616200 - Waste drums
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
In order to support the Nuclear Decommissioning Authority (NDA), Sellafield Ltd requires 200L Drums and Liners.
As stated within II.1.4 short description, the 200L Drums/Liners contract opportunity consists of the manufacture, testing and delivery of Drums/Liners to Sellafield Ltd. The 200L Drums are a mild steel drum, manufactured to BS EN ISO 15750-1 (with minor modifications to the height requirements). The Liners are placed inside the 200L drum and provide additional protection to the 200L drums.
The contract opportunity is for a 2+1+1 Framework Agreement, which will be awarded to a single supplier. The anticipated demand is for a requirement of up to 6,600 Drums and 1,400 Liners. These volumes are estimates only and Sellafield Ltd does not provide any guarantee of the specified numbers.
Further information detailing Sellafield Ltd’s requirements, the Contract and competition process (including Selection and Award Criteria) can be located within the Sellafield Ltd Complete Tender Management (CTM) system under reference 13695.
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: £700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
Not applicable
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
The Contract and associated performance conditions are included within the Procurement documents. Acceptance of the Terms & Conditions of Contract is a condition for the award of a contract.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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
3 November 2021
Local time
1:00pm
Changed to:
Date
24 November 2021
Local time
1:00pm
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
Tender must be valid until: 3 November 2022
four.2.7) Conditions for opening of tenders
Date
3 November 2021
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
Royal Courts of Justice
London
Country
United Kingdom