loading
  • GB-CA20 1PG Seascale
  • 25.10.2017
  • Ausschreibung
  • (ID 2-278234)

Photography Services.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 25.10.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Art der Leistung Vermessung
    Sprache Englisch
    Aufgabe
    Photography Services.
    Leistungsumfang
    Photography Services.
    Adresse des Bauherren UK-CA20 1PG Seascale
    TED Dokumenten-Nr. 366691-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Seascale: Specialised photography services

      2017/S 179-366691

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Sellafield Ltd
      01002607
      Calder Bridge
      Seascale
      CA20 1PG
      United Kingdom
      Contact person: Katie Case
      Telephone: +44 1946783582
      E-mail: MjE3WlBjWFQdUlBiVC9iVFtbUFVYVFtTYlhjVGIdUl5c
      NUTS code: UKD11

      Internet address(es):

      Main address: http://www.sellafieldsites.com

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

      I.2)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=10055&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=10055&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:

       

      Photography Services.

       

      Reference number: RFQ 9756
      II.1.2)Main CPV code
      79961300
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Photography Services.

       

      II.1.5)Estimated total value
      Value excluding VAT: 120 000.00 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)
      79961000
      79961100
      79961200
      79961350
      II.2.3)Place of performance
      NUTS code: UKD61
      NUTS code: UKD11
      II.2.4)Description of the procurement:

       

      Photography Services.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Technical / Weighting: 48
      Quality criterion - Name: Commercial / Weighting: 4
      Quality criterion - Name: Key Personnel & Resources / Weighting: 16
      Quality criterion - Name: Security / Weighting: 8
      Quality criterion - Name: Quality Assurance / Weighting: 4
      Cost criterion - Name: Price / Weighting: 20
      II.2.6)Estimated value
      Value excluding VAT: 120 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: yes
      Description of renewals:

       

      24 months with an option to extend a further 24 months on a 12 plus 12 month basis.

       

      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

      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:

       

      Information and formalities necessary for evaluating if the requirements are met: Tenderers will be required to provide information as requested via Sellafield Ltd's system, details of which are set in section 1.3 of this notice. These details are a mandatory requirement for being eligible to participate in this tender.

       

      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

       

      Information and formalities necessary for evaluating if the requirements are met: Tenderers will be required to provide information as requested via Sellafield Ltd's system, details of which are set in section 1.3 of this notice. These details are a mandatory requirement for being eligible to participate in this tender.

       

      Minimum level(s) of standards possibly required:

       

      Information and formalities necessary for evaluating if the requirements are met: Tenderers will be required to provide information as requested via Sellafield Ltd's system, details of which are set in section 1.3 of this notice. These details are a mandatory requirement for being eligible to participate in this tender.

       

      III.1.3)Technical and professional ability
      List and brief description of selection criteria:

       

      Information and formalities necessary for evaluating if the requirements are met: Tenderers will be required to provide information as requested via Sellafield Ltd's system, details of which are set in section 1.3 of this notice. These details are a mandatory requirement for being eligible to participate in this tender.

       

      Minimum level(s) of standards possibly required:

       

      Information and formalities necessary for evaluating if the requirements are met: Tenderers will be required to provide information as requested via Sellafield Ltd's system, details of which are set in section 1.3 of this notice. These details are a mandatory requirement for being eligible to participate in this tender.

       

      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
      The procurement involves the establishment of a framework agreement
      Framework agreement with several operators
      Envisaged maximum number of participants to the framework agreement: 3
      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: yes
      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: 25/10/2017
      Local time: 12:00
      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
      Duration in months: 6 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 25/10/2017
      Local time: 12:00
      Information about authorised persons and opening procedure:

       

      Katie Case.

       

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: yes
      Estimated timing for further notices to be published:

       

      48 months.

       

      VI.2)Information about electronic workflows
      VI.3)Additional information:

       

      The framework is on a ranked basis. the packages of work will be offered to the highest scoring tenderer in the first instance, however if they cannot provide this service or choose not to accept the work, then the call-off would be offered to the second ranked bidder, and so on.

      Sellafield reserves the right to:

      — cancel, clarify or vary the procurement at any stage;

      — not award any Framework Agreement;

      — require a Tenderer to clarify its Tender in writing and/or provide additional information and failure to respond adequately or by the deadline stipulated shall give Sellafield the right to reject a Tender; and/or

      — amend the terms and conditions of the Procurement.

      Cost and Expenses:

      All Tenderers are solely responsible for their costs and expenses incurred in connection with the preparation and submission of their Tender and all future stages of the procurement. Under no circumstances will Sellafield, or any of their advisers, be liable for any costs or expenses borne by the tenderer or any of its Key Supply Chain Members or advisers in this procurement.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Royal Courts of Justice
      Strand
      London
      United Kingdom
      Telephone: +44 1946781963
      E-mail: MTRvcHFdbnAqXSpzZWhva2o8b2FoaF1iZWFoYG9lcGFvKl9raQ==
      VI.4.2)Body responsible for mediation procedures
      London Court of International Arbitration
      70 Fleet Street
      London
      EC14 1EU
      United Kingdom
      Telephone: +44 2079367008
      E-mail: MTJqYWdfPmphZ18sbXBl
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      Part 3 of the Public Contract Regulations 2015 addresses the remedies available to economic operators. Sellafield will incorporate a minimum of a ten (10) calendar day standstill period in accordance with Regulation 87 of the Public Contract Regulations 2015 prior to concluding the award of any framework agreement pursuant to this notice. In the first instance, potentially aggrieved economic operators should notify Sellafield of an appeal.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      15/09/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 19.09.2017
Zuletzt aktualisiert 19.09.2017
Wettbewerbs-ID 2-278234 Status Kostenpflichtig
Seitenaufrufe 50