Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

WP 5.3: Trial Rig - Prep for Shep

  • First published: 28 April 2023
  • Last modified: 28 April 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03c4b4
Published by:
CTM Portal for the NDA Shared Services Alliance
Authority ID:
AA76370
Publication date:
28 April 2023
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Contractor’s extent of supply shall include the following (Please refer to SP/LPSERP-

035/PROJ/00207/A)

:

a) Transport of the existing test rig from Chorley, UK to the contractor’s facility.

b) Design, supply and setting to work the test rig with the modified phase 2 PJM software.

c) The contractor shall specify interfaces for services and quantities required for the rig.

d) The contractor shall specify interfaces for control with ancillary equipment.

e) Painting and protection as required.

f) Delivery to Sellafield site.

g) Supporting Documentation, (see section 6.3 of Specification SP/LPSERP-

035/PROJ/00207/A)

h) Lifting points for installation (as required).

i) Provision of technical support during construction and commissioning at Sellafield.

j) Declaration of Conformity for the quarter scale rig, including UKCA plate attached to

the re-purposed quarter scale test rig as stated in section Error! Reference source not

found. in the specification (SP/LPSERP-035/PROJ/00207/A).

k) Recommended spares list for operational life.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

CTM Portal for the NDA Shared Services Alliance

01002607

Calder Bridge

Seascale

CA20 1PG

UK

Contact person: Lena Askew

Telephone: +44 1946788502

E-mail: lena.askew@sellafieldsites.com

NUTS: UKD11

Internet address(es)

Main address: https://www.gov.uk/government/case-studies/shared-services-alliance-ssa-for-nuclear-decommissioning-estate

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

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Nuclear Decommissioning

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

WP 5.3: Trial Rig - Prep for Shep

Reference number: U52/2000464462 / FGMSP

II.1.2) Main CPV code

79121100

 

II.1.3) Type of contract

Services

II.1.4) Short description

Contractor’s extent of supply shall include the following (Please refer to SP/LPSERP-

035/PROJ/00207/A)

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 2.28  GBP

II.2) Description

II.2.2) Additional CPV code(s)

79121100

II.2.3) Place of performance

NUTS code:

UKD11


Main site or place of performance:

Sellafield Ltd

II.2.4) Description of the procurement

Contractor’s extent of supply shall include the following (Please refer to SP/LPSERP-

035/PROJ/00207/A)

:

a) Transport of the existing test rig from Chorley, UK to the contractor’s facility.

b) Design, supply and setting to work the test rig with the modified phase 2 PJM software.

c) The contractor shall specify interfaces for services and quantities required for the rig.

d) The contractor shall specify interfaces for control with ancillary equipment.

e) Painting and protection as required.

f) Delivery to Sellafield site.

g) Supporting Documentation, (see section 6.3 of Specification SP/LPSERP-

035/PROJ/00207/A)

h) Lifting points for installation (as required).

i) Provision of technical support during construction and commissioning at Sellafield.

j) Declaration of Conformity for the quarter scale rig, including UKCA plate attached to

the re-purposed quarter scale test rig as stated in section Error! Reference source not

found. in the specification (SP/LPSERP-035/PROJ/00207/A).

k) Recommended spares list for operational life.

II.2.5) Award criteria

Cost criterion: Price / Weighting: 100

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

The PO is placed in US Dollars

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Award of a contract without prior publication of a call for competition

Justification for selected award procedure:

No tenders or no suitable tenders/requests to participate in response to open procedure

Explanation

-The PJM System is controlled via the pulse jet mixer control system (Prescon). In order to facilitate the operation of the test rig the pulse jet mixer software being provided by the SPP1 Process Improvement Project will need ot be adapted to allow it to work on the test rig.

-These modifications would require access to the full source code that contains the details of the NuVision Engineering proprietary Prescon® Algorithm. NuVision owns the Intellectual Property Rights to the Software and will not grant access or give permission for a third party to perform modifications.

-Please note, as per the SPP1 process improvement project access to the software is kept with ESCROW, such that if Nuvision Engineering ceased to exist SL would get the IPR to the software and CSG could maintain it going forward.

-Nuvision have the IPR rights for the PJM system, if another supplier was to be appointed they would be unable to access the code for the existing system, and it would lead to an upredictable output, potentially leading to increased cost and schedule. There would be no incentive for Nuvision to work with a third party, which could lead to interface issues and cost and schedule increases.

-The test rig that will be used was originally a Nuvision test rig that was used for the phase 1 of the software and so they have the existing knowledge to be able to utilise it and rebuild it.

-Furthermore, there isn’t an option in this situation to utilise another supplier due to the IPR. However, by using the same company increases predictability in the outputs required by the project due to knowledge and expertise that NVE have of the PJMs and the trial rig that the project are required to re-build.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

Section V: Award of contract

Contract No: 1

Title: WP 5.3: Trial Rig - Prep for Shep

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/04/2023

V.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

NuVision Engineering

NuVision Engineering

184B Rolling Hill Rd, Mooresville

Mooresville

28115

US

E-mail: ritter@nuvisioneng.com

NUTS: US

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: 2 288 000.00  GBP / Highest offer: 2 288 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

Strand

London

London

UK

Internet address(es)

URL: http://www.justice.gov.uk

VI.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

London

London

UK

Internet address(es)

URL: http://www.justice.gov.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

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.4.4) Service from which information about the review procedure may be obtained

Sellafield ltd

seascale

ca141pg

UK

VI.5) Date of dispatch of this notice

27/04/2023

Coding

Commodity categories

ID Title Parent category
79121100 Software copyright consultancy services Copyright consultancy services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
lena.askew@sellafieldsites.com
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.