Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
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:
Reference number: RFQ 9756
II.1.2)Main CPV code
79961300
II.1.3)Type of contract
Services
II.1.4)Short description:
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:
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:
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:
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.4.2)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