Back to tenders & grants page
United Kingdom-Moor Row: Technical services Automotive United Kingdom-Moor Row: Technical services
Receive Tenders like this by email

United Kingdom-Moor Row: Technical services

United Kingdom-Moor Row: Technical services has been closed on 31 Aug 2023. It no longer accepts any bids. For further information, you can contact the Sellafield Ltd (01002607)

Bellow, you can find more information about this project: 

Location: United Kingdom

General information

Donor:

Sellafield Ltd (01002607)

Industry:

Automotive

Status:

Closed

Timeline

Published:

13 Sep 2019

Deadline:

31 Aug 2023

Value:

Not available

Contacts

Description

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Sellafield Ltd
National registration number: 01002607
Postal address: Cumbria
Town: Moor Row
NUTS code: UKD1 Cumbria
Postal code: CA24 3HW
Country: United Kingdom
Contact person: Sophie Benn
E-mail: [email protected]
Telephone: +44 1946771904
Internet address(es):
Main address: https://www.gov.uk/government/case-studies/shared-services-alliance-ssa-for-nuclear-decommissioning-estate
I.1)Name and addresses
Official name: Low Level Waste Respository Ltd
Town: Holmbrook
NUTS code: UKD1 Cumbria
Postal code: CA19 1XP
Country: United Kingdom
Contact person: Sophie Benn
E-mail: [email protected]
Internet address(es):
Main address: https://www.gov.uk/government/organisations/low-level-waste-repository-ltd
I.1)Name and addresses
Official name: Direct Rail Services
Town: Carlisle
NUTS code: UKD1 Cumbria
Postal code: CA6 4SJ
Country: United Kingdom
E-mail: [email protected]
Internet address(es):
Main address: https://www.directrailservices.com/
I.1)Name and addresses
Official name: Dounraey Site Restoration Ltd
Town: Thurso
NUTS code: UKM5 North Eastern Scotland
Postal code: KW14 7TZ
Country: United Kingdom
E-mail: [email protected]
Internet address(es):
Main address: https://www.gov.uk/government/organisations/dounreay
I.1)Name and addresses
Official name: International Nuclear Services UK
Town: Warrington
NUTS code: UKD6 Cheshire
Postal code: WA3 6GR
Country: United Kingdom
E-mail: [email protected]
Internet address(es):
Main address: https://www.innuserv.com/
I.1)Name and addresses
Official name: Magnox Ltd
Town: Thornbury
NUTS code: UKK1 Gloucestershire, Wiltshire and Bristol/Bath area
Country: United Kingdom
E-mail: [email protected]
Internet address(es):
Main address: https://www.gov.uk/government/organisations/magnox-ltd
I.1)Name and addresses
Official name: National Nuclear Laboratory
Town: Warrington
NUTS code: UKD61 Warrington
Postal code: WA3 6AE
Country: United Kingdom
E-mail: [email protected]
Internet address(es):
Main address: https://www.nnl.co.uk/
I.1)Name and addresses
Official name: Nuclear Decommissioning Authority
Town: Whitehaven
NUTS code: UKD1 Cumbria
Postal code: CA24 3HU
Country: United Kingdom
E-mail: [email protected]
Internet address(es):
Main address: https://www.gov.uk/government/organisations/nuclear-decommissioning-authority/about/procurement
I.1)Name and addresses
Official name: Radioactive Waste Management
Town: Didcot
NUTS code: UKJ1 Berkshire, Buckinghamshire and Oxfordshire
Postal code: OX11 0GD
Country: United Kingdom
E-mail: [email protected]
Internet address(es):
Main address: https://www.gov.uk/government/organisations/radioactive-waste-management
I.1)Name and addresses
Official name: Sellafield Ltd
Town: Whitehaven
NUTS code: UKD1 Cumbria
Postal code: CA20 1PG
Country: United Kingdom
E-mail: [email protected]
Internet address(es):
Main address: https://www.gov.uk/government/organisations/sellafield-ltd
I.2)Information about joint procurement
The contract involves 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=12006&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=12006&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:

Engineering and Technology Solutions Marketplace Dynamic Purchasing System

II.1.2)Main CPV code
71356000 Technical services
II.1.3)Type of contract
Services
II.1.4)Short description:

Members of the shared service alliance are seeking to embed a more optimal method for the procurement and deployment of engineering and technology solutions. The engineering and technology solutions marketplace dynamic purchasing system (DPS) is to access a greater breadth of capable supply chain organisations to utilise existing and commonly used engineering and technology solutions to address identified business challenges. The engineering and technology solutions marketplace DPS will look to create greater visibility of work packages to the supply chain to enable greater competition to achieve improved outcomes and value. There are 4 categories in the dynamic purchasing system.

1) Digital;

2) Engineering services;

3) Asset maintenance and management;

4) Manufacture.

These categories are broken down into a number of sub-categories (identified in the procurement documents) for which candidates can apply for pre-qualification to gain access to award stage work packages.

II.1.5)Estimated total value
Value excluding VAT: 42 600 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
32260000 Data-transmission equipment
34320000 Mechanical spare parts except engines and engine parts
42100000 Machinery for the production and use of mechanical power
42150000 Nuclear reactors and parts
42418500 Mechanical handling equipment
42600000 Machine tools
42610000 Machine tools operated by laser and machining centres
42900000 Miscellaneous general and special-purpose machinery
45255400 Fabrication work
45259000 Repair and maintenance of plant
48200000 Networking, Internet and intranet software package
48314000 Voice recognition software package
48321000 Computer-aided design (CAD) software package
48325000 Form-making software package
48328000 Image-processing software package
48461000 Analytical or scientific software package
48512000 Interactive voice response software package
48613000 Electronic data management (EDM)
50500000 Repair and maintenance services for pumps, valves, taps and metal containers and machinery
50700000 Repair and maintenance services of building installations
50712000 Repair and maintenance services of mechanical building installations
64212000 Mobile-telephone services
71248000 Supervision of project and documentation
71333000 Mechanical engineering services
71356200 Technical assistance services
71600000 Technical testing, analysis and consultancy services
72222300 Information technology services
72232000 Development of transaction processing and custom software
72316000 Data analysis services
72318000 Data transmission services
92312213 Technical author services
II.2.3)Place of performance
NUTS code: UKD1 Cumbria
Main site or place of performance:

Banna Court

II.2.4)Description of the procurement:

There are 4 categories that form of the engineering and technology solutions marketplace DPS, these are:

— asset maintenance and management,

— digital,

— engineering services,

— manufacture.

These categories are then broken down into a number of sub-categories. These are detailed in the procurement documentation.

The engineering and technology solutions marketplace is limited to use on procurements with a maximum overall value of 999 999 GBP that fit within the scope of the categories described within the ‘Engineering and Technology Solutions Marketplace DPS’. There is no lower limit on the overall value of work packages.

Please look for complete tender management reference numbers 11627,11628,11629 and 11630.

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: 42 600 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

Shared service alliance members may enter into a contract with a supplier for a period of their determining which may exceed the 4-year duration of the dynamic purchasing system, should this agreement be terminated at any time. The flexibility of the contracting period allows SSA Members to determine appropriate contracting timelines required to enable the supplier to meet their delivery needs.

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

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:

Candidates will be assessed on their response to the selection criteria in their request to participate for a place on the engineering and technology solutions dynamic purchasing system.

The procurement bid pack and registration details can be accessed via the following URL address: https://sharedsystems.eu-supply.com/ The procurement will be managed electronically via the complete tender management system referenced above.

The value provided in Section II.1.5) is only an estimate. The shared service alliance cannot guarantee to candidates any business through this dynamic purchasing system.

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.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
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.2.2)Time limit for receipt of tenders or requests to participate
Date: 31/08/2023
Local time: 00:00
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: 48 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Royal Courts of Justice
Postal address: Strand
Town: London
Country: United Kingdom
Internet address: http://www.justice.gov.uk
VI.4.2)Body responsible for mediation procedures
Official name: Royal Courts of Justice
Postal address: Strand
Town: London
Country: United Kingdom
Internet address: http://www.justice.gov.uk
VI.4.3)Review procedure
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.

VI.5)Date of dispatch of this notice:
09/09/2019

http://ted.europa.eu/udl?uri=TED:NOTICE:431310-2019:TEXT:EN:HTML&src=0&tabId=2

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more