Business
Opportunities /
Tenders
by product
by date
subscribe
Find Suppliers
sourcing services
Terms of Use
© 2002 NuclearMarket
|Home | Members | Free Trial | Contact Us|


IMPORTANT NOTE:
The notice below may have expired - To receive our email alerts in the future please click here for a free trial.

Procurement Notice Details

Research and experimental development services [thermal treatment 'plutonium contaminated material' demonstrator trials]
UK

Purchaser: Sellafield Ltd

07/12/2018 S236 - - Services - Contract notice - Open procedure
I.II.III.IV.VI.
United Kingdom-Warrington: Research and experimental development services

2018/S 236-539501

Contract notice

Services

Legal Basis:

Directive 2014/24/EU
Section I: Contracting authority

I.1)
Name and addresses
Sellafield Ltd
01002607
Hinton House
Warrington
WA3 6GR
United Kingdom
Contact person: Amanda Price
Telephone: +44 1925832510
E-mail: amanda.price@sellafieldsites.com
NUTS code: UKD
Internet address(es):

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

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

I.2)
Information about 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=11176&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=11176&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:
Thermal Treatment PCM Demonstrator Trials

Reference number: CTM 10815
II.1.2)
Main CPV code
73100000
II.1.3)
Type of contract
Services
II.1.4)
Short description:
Thermal Treatment of PCM Wastes Demonstrator Trials.

Sellafield Ltd is assessing the suitability of thermal treatment processes to treat a range of higher activity wastes currently under storage on the Sellafield site, to condition these wastes prior to disposal.

This Open OJEU Competition relates to establishing the potential benefits offered by thermal treatment processes for the conditioning of Plutonium Contaminated Material (PCM), a challenging and diverse waste stream currently stored in 200 litre steel drums.

II.1.5)
Estimated total value
Value excluding VAT: 800 000.00 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)
73100000
II.2.3)
Place of performance
NUTS code: UKD1
NUTS code: UK
Main site or place of performance:
Cumbria.

II.2.4)
Description of the procurement:
Thermal Treatment of PCM Wastes Demonstrator Trials. Full details of the requirement are in the scope document.

The trials are required in order for Sellafield Ltd to determine the viability of thermally processing drummed simulated PCM waste (or pre-treated drummed simulated PCM waste) at 200 litre drum scale. The output of the demonstrator trials will inform Sellafield Ltd of the suitability of the assessed technologies and will inform a future decision on the requirement for a thermal treatment demonstration unit for PCM on the Sellafield site to confirm the technical viability of this particular treatment option. Whilst both the requirement for a demonstrator and the location of such a facility are yet to be determined, suppliers should note that one option could be to locate the facility in the National Nuclear Laboratory’s Central Laboratory on the Sellafield site.

It is intended that demonstration trial(s) will be completed with one or more technology provider and as a result Sellafield Ltd may award more than 1 contract and up to a maximum of four contracts. A trial may comprise a single drum, several drums to test extremes of PCM envelope, or multiple drums in order to complete a process cycle. Tenderers are requested to specify and fully scope a demonstration trial, or series of trials, on their own technology to the degree necessary to demonstrate the ability of their technology to treat the waste described in the stated feed envelope, including those waste compositions at the extremes of the feed envelope as far as reasonably practicable.

The desired final “product” arising from the thermal treatment of PCM would be an immobile vitreous waste form suitable for direct disposal under UK disposal criteria. Should your process require more than one process cycle to achieve this final end state then all necessary process stages should be included in the demonstration proposal.

The successful supplier(s) must have equipment available to accept the delivery of pre-prepared drum(s) weighing up to a maximum 100 kg each (likely loaded 4 drums to a transportation pallet), and suitable storage facilities to store the drum(s) in advance of the trial.

Trials will be observed by Sellafield Ltd staff, and a video record of the trial(s) will be required to be produced by the technology vendor.

Trials are to incorporate an assessment of the volumes of any secondary wastes produced by their process.

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: 800 000.00 GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 8
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 value range will be between 200 000,00 to 800 000,00 dependant on the number of contract awards. Sellafield Ltd may award more than one contract and up to a maximum of four contracts to enable trial of technology.

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 and Award 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
III.1.5)
Information about reserved contracts
III.2)
Conditions related to the contract
III.2.1)
Information about a particular profession
III.2.2)
Contract performance conditions:
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: no
IV.2)
Administrative information
IV.2.1)
Previous publication concerning this procedure
IV.2.2)
Time limit for receipt of tenders or requests to participate
Date: 01/02/2019
Local time: 11:00
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
Tender must be valid until: 01/08/2019
IV.2.7)
Conditions for opening of tenders
Date: 01/02/2019
Local time: 11:00
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:
VI.4)
Procedures for review
VI.4.1)
Review body
N/A
London
WC2A 2LL
United Kingdom
Internet address: http://www.justice.gov.uk

VI.4.2)
Body responsible for mediation procedures
Royal Courts of Justice
Strand
London
London
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, SL will also incorporate a minimum 10 calendar days standstill period from the date information on award of contract is communicated to tenderers.

VI.4.4)
Service from which information about the review procedure may be obtained
VI.5)
Date of dispatch of this notice:
05/12/2018



http://ted.europa.eu/, TED database, © European Communities, 1995-2018.