Construction Tenders

Mon May 06 2024

Related Information

Construction Contract Leads

North West

Category Goods

Type

No. of Lots 1

Status Active

Published 5th Mar 2024

Tender Details
Referenceocds-h6vhtk-042353
Common Procurement VocabularyStorage containers
Procurement MethodRestricted procedure
Value£75,000,000
More Tenders »

North West

Category Goods

Type

No. of Lots 1

Status Active

Published 5th Mar 2024

Tender Details
Referenceocds-h6vhtk-042353
Common Procurement VocabularyStorage containers
Procurement MethodRestricted procedure
Value£75,000,000

Section I: Contracting authority

I.1) Name and addresses

Sellafield Ltd

Hinton House, Birchwood Park Avenue

Warrington

WA36GR

Contact

Kelly Williams

Email

kelly.williams [at] sellafieldsites.com

Country

United Kingdom

NUTS code

UKD1 - Cumbria

Internet address(es)

Main address

https://www.gov.uk/government/organisations/sellafield-ltd

Buyer's address

https://www.gov.uk/government/organisations/sellafield-ltd

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://atamis-2464.my.site.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://atamis-2464.my.site.com/s/Welcome

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other activity

Nuclear Decommissioning


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Manufacture & Supply of SRP Products

Reference number

C14801

II.1.2) Main CPV code

  • 44613400 - Storage containers

II.1.3) Type of contract

Supplies

II.1.4) Short description

Sellafield, through the Manufacture and Supply of SRP Products Contract Opportunity is seeking to appoint a single supplier to manufacture SRP Products (as defined below) using Sellafield’s New Product Introduction (NPI) process. Further details relating to the NPI process can be found in the published Procurement documentation contained within Atamis reference C14801.

SRP Products are high integrity, precision engineered stainless steel and polymer products split into two categories:

1. containers; and
2. consumables,

used for the reprocessing and repackaging operations for the long-term storage of nuclear materials.

II.1.5) Estimated total value

Value excluding VAT: £75,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 44613400 - Storage containers
  • 09343000 - Radioactive materials
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 19520000 - Plastic products
  • 14622000 - Steel
  • 24540000 - Primary-form of vinyl polymers
  • 44616200 - Waste drums
  • 71323000 - Engineering-design services for industrial process and production
  • 90521500 - Packaging of radioactive waste
  • 98391000 - Decommissioning services
  • 44619000 - Other containers

II.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria
Main site or place of performance

Cumbria

II.2.4) Description of the procurement

Sellafield Ltd is responsible for the safe, secure, and appropriate storage of nuclear materials. As materials, containment layers, and stores age, periodic reprocessing and repackaging is required to ensure this responsibility can continue to be met.

The inventory held within Sellafield Ltd’s Special Nuclear Materials (SNM) value stream is at such a point, that the Sellafield Product and Resides Stores (SPRS) Retreatment Plan (SRP) is due to start operating in FY 2028/29 to retreat and repackage nuclear material to enable safe and secure long-term storage.

Sellafield Ltd requires manufacturing capability (using Sellafield Ltd’s NPI process) for the supply of quality, repeatable, volume manufactured products for the reprocessing and repackaging operations within SRP for the long-term storage of the nuclear material (the SRP Products). SRP Products are high integrity, precision engineered products and perform critical functions in the long-term storage of nuclear material.

There are five (5) SRP Products in early design maturity which fall into the following two product types:

1. Container Products (those products that will form part of the long-term storage package), including:
i. SRP Outer Container (Body and Lid);
ii. SRP Intermediate Container (Body and Hollow Plug Assembly);
iii. SRP Inner Container (Body and Lid);

2. Consumable Products (single-use process enablers required to safely operate the SRP facility that do not form part of the long-term storage package), including:
iv. SRP Package Carrier (SPC) (Body and Lid);
v. SRP Sphincter Plug (Body and Lid).

Sellafield Ltd is seeking to appoint one (1) supplier who will be awarded one (1) contract to provide manufacturing capability to support design, manufacture, and supply of the SRP Products.

Details in relation to the estimated annual volumes can be found in the Procurement documentation published via the OneNDA e-procurement system Atamis under reference C14801.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £75,000,000

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

Start date

20 January 2026

End date

19 January 2040

This contract is subject to renewal

No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

This Contract Opportunity will be managed via the shared service Nuclear Decommissioning Authority (NDA) OneNDA e-procurement system Atamis, which can be accessed via the URL (https://one-nda.force.com/s/Welcome).

All Procurement documentation in relation to this Contract Opportunity can be found within Atamis under reference C14801.

Please note that all documentation issued at previous market engagement events / webinars can also be found in Atamis under reference C14661 should Potential Suppliers wish to review.


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Selection criteria as stated in the procurement documents

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-036416

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

7 May 2024

Local time

11:00am

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

8 August 2024

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 18 (from the date stated for receipt of tender)


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts Of Justice

Strand

London

WC2A 2LL

Email

RCJ.DCO [at] justice.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice

VI.4.2) Body responsible for mediation procedures

Royal Courts Of Justice

Strand

London

WC2A 2LL

Email

RCJ.DCO [at] justice.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice

VI.4.4) Service from which information about the review procedure may be obtained

Royal Courts Of Justice

Strand

London

WC2A 2LL

Email

RCJ.DCO [at] justice.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice