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

2000332522-20004840 - Provision of Contractor Support for Solid Waste - Waste Task Team Operations.

Contract notice

Services

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: Beverley Byrne
CA24 3HW Moor Row
UNITED KINGDOM
Telephone: +44 1946781234
E-mail:
Fax: +44 1946781246

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:
2000332522-20004840 - Provision of Contractor Support for Solid Waste - Waste Task Team Operations.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Sellafield.

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)
Provision of Contractor Support for Solid Waste - Waste Task Team Operations.
II.1.6)Common procurement vocabulary (CPV)

71336000

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: no
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:
The Waste Task Team is a multi functional team that can deliver work packages to deal with a wide variety of waste issues. Team members must be fully conversant with all aspects of delivering robust work packages, briefing out the methodology to the team, delivering the work safely and efficiently and providing accurate and informative post job reviews of the tasks completed. The contractor will provide via the framework Suitably Qualified and Experienced Supervisory,Operational and Support personnel to ensure the services are conducted in compliance with Sellafield Management Procedures and all other applicable regulations.
The Contractor will be expected to manage and co-ordinate the distribution of skills and optimisation of tasks in order to meet the delivery requirements and expectations of Sellafield Limited. A key element of the service will be to provide personnel that can work as part of a multi functional team that can deliver work packages to deal with a wide variety of waste issues. Team members must be fully conversant with all aspects of delivering robust work packages, briefing out methodology to the team, delivery the work safely and efficiently in conjunction
with the Sellafield Ltd teams to deliver waste solutions across the Sellafield site and beyond. The use of sub contractors will be permitted only if a suitable arrangement for their supervision is demonstrated. The provision of services should include but not necessarily is limited to the following:
Provision of Operational Support:
- Size reduction of structures
- Small demolition and decommissioning tasks as required
- Logistic support to ILW moves and ILW / pond furniture decontamination tasks
- Support for the retrieval and consignment of Pond skips as appropriate
- Provision of a team to assist in Solid Waste OU's contribution to deliver the programme of high hazard reduction across the Sellafield site.
- Provision of skilled craft operatives to undertake size reduction and segregation of waste
- Size reduction and segregation of plant and equipment
- Segregation of steel and other metals for clearance and exemption in line with Sellafield processes
- Non routine lifting operations
- Provision of construction plant and vehicles with suitably SQEP operators to assist operations
- Provision of construction plant and vehicles to hand over (with correct documentation) to other Sellafield Ltd Waste Teams for their use for the duration of the contract
- Provision of consumables to assist the Waste Task Team operations.
Provision of skilled craft operatives to undertake size reduction, dismantling and segregation of waste:
- Oxy-Propane cutting techniques
- Plasma Arc cutting techniques
- Specialist cold cutting techniques (Chop Saw, Rem Saw, Dismantling)
- Specialist Diamond Wire cutting of all waste types (metal, concrete and other appropriate materials)
- Concrete bursting techniques
- Small tool dismantling
- Minor demolition as required
- Support for plant decommissioning as required
Provision of skilled craft operatives to undertake size reduction of structures:
- Inline with the above but to include - ISO containers, vehicles, platforms, stairs, pipe bridges and Portacabins
- Soft strip of redundant building furniture and removal of redundant plant items in-line with decommissioning tasks.
Segregation of steel and other metals for clearance and exemption in-line with Sellafield processes:
- During tasks if it is likely that certain items of tooling or areas of items will be required to be decontaminated to enable further work to be carried out. The contractor will provide and control suitably qualified and experienced people to assist and deliver decontamination duties.
Provision of construction plant and vehicles with suitable SQEP operators to assist operations:
- Vehicles to include: Tractors, Trailers, Forklift Trucks (including Telehandlers), MEWP's and excavators.
- Plant and machinery to include: Plasma Arc sets, Diamond Wire cutting equipment and any newer technologies that may develop during the life of the contract (sponge jetting, water cutting for example). SQEP operators to be allocated to these operations.
Provision of construction plant and vehicles to hand over (with correct documentation) to other Sellafield Ltd Waste Teams for their use for the duration of the contract:
- As above, however, the contractor will undertake to provide the plant, equipment and vehicles for use by Sellafield Ltd Waste Teams subject to suitable handover documentation being in place.
Provision of consumables to assist the Waste Task Team Operations:
- Using the contract purchasing route for the provision of specialist equipment and training for Waste Task Team members.
Transport and Logistics:
- The contractor will be required to transport waste material from donor plants across the Sellafield site and beyond. The method used must be appropriate and the packaging of the loads will also be established prior to operations and documented accordingly. These to include:
- Pond furniture
- Pond skips
- Redundant flasks
- Filters
- Other LLW / ILW items as required
General Requirements:
For clarity, Sellafield Limited will not be responsible for the day to day personnel and administrative management.
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)

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
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 7
Objective criteria for choosing the limited number of candidates: All as detailed in the PQQ - CTM6884-2000332522-20004840
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: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
CTM6488-2000332522-20004840
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: 7.2.2014 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
14.2.2014 - 12:00
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
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:
10.1.2014