loading
  • GB-WA3 6GR Warrington
  • 20.03.2017
  • Ausschreibung
  • (ID 2-256468)

Category Management — Supply of Shield Doors


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 20.03.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Bauleistung / Studien, Gutachten
    Sprache Englisch
    Aufgabe
    This contract is for the supply of up to 41 radiation shielding doors to be delivered to Sellafield Ltd's major projects requiring such a solution, which includes the Sellafield Product and Residue Store Re-treatment Plant (SRP). This contract strategy is to award to a single supplier to ensure consistency of the solution. The scope of the contract includes final design for manufacturing purposes, the manufacture and the supply of the shield doors with a range of sizes, weights and configurations from horizontal to vertical sliding doors. Installation of new shield doors and refurbishment of existing shield doors is excluded from this contract. However, installation support including commissioning, operator and maintenance training plus an on-going maintenance and spares supply strategy will be included within the contract. Further details are provided in the procurement documents, which are available at the link in I.3) above.
    Leistungsumfang
    This contract is for the supply of up to 41 radiation shielding doors to be delivered to Sellafield Ltd's major projects requiring such a solution, which includes the Sellafield Product and Residue Store Re-treatment Plant (SRP).
    This contract strategy is to award to a single supplier to ensure consistency of the solution.
    The scope of the procurement includes:
    — Provide final designs, in order to ensure manufacturing/fabricating compatibility of each door type and size.
    (Sellafield Ltd engineering have undertaken detailed design for the type of doors to be supplied, however the final design requirements will be part of the procurement scope).
    — Manufacture and fabrication of doors to required schedule, which will include the early manufacture of modules to secure capacity.
    — Factory acceptance testing of the doors.
    — Delivery to Sellafield Ltd site.
    — Support to Sellafield Ltd or its works contractor for installation and commissioning.
    — Operator and maintainer training at successful tenderers works.
    — Proposal for continuous improvements in manufacturing, testing and performance.
    — Maintenance and spares supply strategy during operating life.
    The installation of new shield doors and refurbishment of existing shield doors is excluded from this contract.
    The doors consist of 2 configurations:
    — Horizontal Shield Door.
    — Vertical Shield Door.
    Within each configuration, for tender purposes, there are 2 types of door categorised by weight:
    — Horizontal Shield Door 1 — 25 tonnes max.
    — Horizontal Shield Door 2 — 50 tonnes max.
    — Vertical Shield Door 1 — 45 tonnes max.
    — Vertical Shield Door 2 — 90 tonnes max.
    The weight of the doors will depend on the size of the aperture, the actual value of which will be provided by Sellafield Ltd major projects. Example aperture sizes corresponding to each weight classification are included within the procurement documents, which are available at the link in I.3) above.
    Adresse des Bauherren UK-WA3 6GR Warrington
    TED Dokumenten-Nr. 59337-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Warrington: Armoured or reinforced doors

      2017/S 033-059337

      Contract notice

      Supplies

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Sellafield Ltd
      01002607
      Hinton House, Birchwood Park Avenue, Risley
      Warrington
      WA3 6GR
      United Kingdom
      Contact person: Sam Trueman
      Telephone: +44 1925833162
      E-mail: MjE0RVNfIGZkZ1dfU2AyZVdeXlNYW1deVmVbZldlIFVhXw==
      NUTS code: UKD21

      Internet address(es):

      Main address: http://www.sellafieldsites.com

      Address of the buyer profile: https://sharedsystems.eu-supply.com/ctm/Company/CompanyInformation/Index/3510

      I.2)Joint procurement
      I.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=9447&B=SELLAFIELD
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=9447&B=SELLAFIELD
      Tenders or requests to participate must be submitted to the abovementioned 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:

       

      Category Management — Supply of Shield Doors.

       

      Reference number: 9173
      II.1.2)Main CPV code
      44421500
      II.1.3)Type of contract
      Supplies
      II.1.4)Short description:

       

      This contract is for the supply of up to 41 radiation shielding doors to be delivered to Sellafield Ltd's major projects requiring such a solution, which includes the Sellafield Product and Residue Store Re-treatment Plant (SRP). This contract strategy is to award to a single supplier to ensure consistency of the solution. The scope of the contract includes final design for manufacturing purposes, the manufacture and the supply of the shield doors with a range of sizes, weights and configurations from horizontal to vertical sliding doors. Installation of new shield doors and refurbishment of existing shield doors is excluded from this contract. However, installation support including commissioning, operator and maintenance training plus an on-going maintenance and spares supply strategy will be included within the contract. Further details are provided in the procurement documents, which are available at the link in I.3) above.

       

      II.1.5)Estimated total value
      Value excluding VAT: 25 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      44221200
      45255400
      90721600
      II.2.3)Place of performance
      NUTS code: UKD11
      Main site or place of performance:

       

      Sellafield Ltd, Seascale, Cumbria, CA20 1PG.

       

      II.2.4)Description of the procurement:

       

      This contract is for the supply of up to 41 radiation shielding doors to be delivered to Sellafield Ltd's major projects requiring such a solution, which includes the Sellafield Product and Residue Store Re-treatment Plant (SRP).

      This contract strategy is to award to a single supplier to ensure consistency of the solution.

      The scope of the procurement includes:

      — Provide final designs, in order to ensure manufacturing/fabricating compatibility of each door type and size.

      (Sellafield Ltd engineering have undertaken detailed design for the type of doors to be supplied, however the final design requirements will be part of the procurement scope).

      — Manufacture and fabrication of doors to required schedule, which will include the early manufacture of modules to secure capacity.

      — Factory acceptance testing of the doors.

      — Delivery to Sellafield Ltd site.

      — Support to Sellafield Ltd or its works contractor for installation and commissioning.

      — Operator and maintainer training at successful tenderers works.

      — Proposal for continuous improvements in manufacturing, testing and performance.

      — Maintenance and spares supply strategy during operating life.

      The installation of new shield doors and refurbishment of existing shield doors is excluded from this contract.

      The doors consist of 2 configurations:

      — Horizontal Shield Door.

      — Vertical Shield Door.

      Within each configuration, for tender purposes, there are 2 types of door categorised by weight:

      — Horizontal Shield Door 1 — 25 tonnes max.

      — Horizontal Shield Door 2 — 50 tonnes max.

      — Vertical Shield Door 1 — 45 tonnes max.

      — Vertical Shield Door 2 — 90 tonnes max.

      The weight of the doors will depend on the size of the aperture, the actual value of which will be provided by Sellafield Ltd major projects. Example aperture sizes corresponding to each weight classification are included within the procurement documents, which are available at the link in I.3) above.

       

      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: 25 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 120
      This contract is subject to renewal: no
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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

       

      The 120 months specified in II.2.7) Duration of the contract, framework agreement or dynamic purchasing system will commence from award of the contract.

       

      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 defines the professional and trade registers which are applicable to this contract.

       

      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
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.2)Contract performance conditions:

       

      Security of supply is of critical importance to Sellafield Ltd, therefore tenderers must be able to demonstrate continued security of supply throughout the 120 months.

      In the event of a group of organisations forming a joint venture or consortium, and submitting an acceptable offer, it will be necessary to provide an undertaking that each organisation will be jointly and severally responsible for the due performance of the contract.

       

      III.2.3)Information about staff responsible for the performance of the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Open procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      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 in the OJ S: 2016/S 246-449125
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 20/03/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      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: 12 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 20/03/2017
      Local time: 12:01

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:

       

      Sellafield Ltd have undertaken several market engagement exercises in relation to potential industry standard specifications and a pre ITT supplier day on Wednesday 25.1.2017 as detailed in the Prior Information Notice (PIN), 2016/S 246-449125. The input/output of which, is available in the procurement documents in the link detailed within part I.3) above.

      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.

      Any resulting contracts will be considered contracts made in England according to English law.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Sellafield Ltd
      Hinton House, Birchwood Park Avenue, Risley
      Warrington
      WA3 6GR
      United Kingdom

      Internet address:http://www.sellafieldsites.com

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      ‘Review Procedure’ (i) Part 3 of the Public Contracts Regulations 2015 addresses the remedies available to economic operators (ii) The authority will incorporate a minimum of ten (10) calendar day's standstill period in accordance with Regulation 87 of the Public Contracts Regulations (iii) In the first instance, potentially aggrieved economic operators should notify the authority of an appeal.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      14/02/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 16.02.2017
Zuletzt aktualisiert 16.02.2017
Wettbewerbs-ID 2-256468 Status Kostenpflichtig
Seitenaufrufe 40