By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

20004138/200004140 - Provision of Steel and Non Ferrous Metals

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Sellafield
Banna Court, Ingwell Drive, Westlakes Science Park, Cumbria
For the attention of: Christine Davies
CA24 3HW Moor Row
UNITED KINGDOM
Telephone: +44 1946781172
E-mail:

Internet address(es):

General address of the contracting authority: http://www.sellafieldsites.com

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Other: Nuclear Decommissioning
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
20004138/200004140 - Provision of Steel and Non Ferrous Metals
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UKD11

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 2 800 000 GBP
Frequency and value of the contracts to be awarded: Not known at this stage
II.1.5)Short description of the contract or purchase(s)
The provision of Stainless Steel including Sellafield Specifications, Duplex and Exotic Stainless Steel and ancillary Services.
The provision of Carbon Steel and Non Ferrous Alloys and Ancillary Services.
II.1.6)Common procurement vocabulary (CPV)

14620000, 14700000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Lot 1 - The provision of Stainless Steel including Sellafield Specifications, Duplex and Exotic Stainless Steel and ancillary Services
Lot 2 - The provision of Carbon Steel and Non Ferrous Alloys and Ancillary Services 2
Estimated value excluding VAT: 2 800 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Lot 1 Provision of Stainless Steel Metals
1)Short description
(Lot 1) The provision of Stainless Steel including Sellafield Specifications, Duplex and Exotic Stainless Steel and ancillary Services
2)Common procurement vocabulary (CPV)

14620000, 14700000

3)Quantity or scope
Estimated value excluding VAT: 1 400 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Lot 2 Provision of Steel and Non Ferrous Metals excluding Stainless Steel
1)Short description
(Lot 2) The provision of Carbon Steel and Non Ferrous Alloys and Ancillary Services
2)Common procurement vocabulary (CPV)

14620000, 14700000

3)Quantity or scope
Estimated value excluding VAT: 1 400 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Parent company guarantees may be required at Sellafield Ltd's discretion.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment terms will be as stated in Sellafield's tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No legal form is required, but in the event of a group of contractors submitting an acceptable offer, it will be necessary to provide an undertaking that each company or firm will be jointly and severally responsible for the due performance of the contract.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Tenderers will be required to provide information as requested via Sellafield Ltd's CTM system or via the nominated Sellafield Ltd representative, details of which are set out at section I.1 of this notice. These details are a mandatory requirement for being eligible to participate in the tender.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Tenderers will be required to provide information as requested via Sellafield Ltd's CTM system or via the nominated Sellafield Ltd representative, details of which are set out at section I.1 of this notice. These details are a mandatory requirement for being eligible to participate in the tender.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Tenderers will be required to provide information as requested via Sellafield Ltd's CTM system or via the nominated Sellafield Ltd representative, details of which are set out at section I.1 of this notice. These details are a mandatory requirement for being eligible to participate in the tender.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Tenderers will be required to provide information as requested via Sellafield Ltd's CTM system or via the nominated Sellafield Ltd representative, details of which are set out at section I.1 of this notice. These details are a mandatory requirement for being eligible to participate in the tender.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: yes
Additional information about electronic auction: If and when this requirement is offered to tender, this may be done in whole or in part via electronic means, and may also be through the medium of an electronic reverse auction.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
CTM6274 - 20004138-2004140
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 15.11.2013 - 10:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
22.11.2013 - 16:30
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 180 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Tenderers must register their interest, obtain further information for this contract and submit their tender response via Sellafield Ltd's CTM system which can be found at the following address

https://sharedsystems.eu-supply.com/login.asp?B=SELLAFIELD⌖=&timeout;=

Initial registration of your company is achieved by using the above site and then clicking on Company Registration.
For guidance on using/registering for CTM please access the training pages from Sellafield Ltd's website which can be found at the following address

http://www.sellafieldsites.com/

Use of CTM is not a qualification criteria but is Sellafield Ltd's preferred method for submissions. Further details can be obtained regarding this contract and/or CTM through the nominated Sellafield Ltd representative detailed in this notice.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Sellafield Ltd
Banna Court, Ingwell Drive, Westlakes Science Park, Cumbria
CA24 3HW Moor Row
UNITED KINGDOM
Internet address: http://www.sellafieldsites.com

Body responsible for mediation procedures

London Court of International Arbitration
70 Fleet Street
EC4 1EU London
UNITED KINGDOM
E-mail:
Telephone: +44 2079367007
Fax: +44 2079367008

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Deadline for lodging an appeal shall be in accordance with the provisions of regulation 32 of the Public Contracts Regulations 2006 (S.I 2006 No.5)
VI.4.3)Service from which information about the lodging of appeals may be obtained

As VI.4.1
UNITED KINGDOM

VI.5)Date of dispatch of this notice:
7.10.2013