|
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.
|
|