Contract notice

Information

Published

Date of dispatch of this notice: 09/12/2015

Expire date: 28/01/2016

External Reference: 2015-033494

TED Reference: 2015/S 241-437759

Contract notice

Cached Version

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Sellafield Ltd
01002607
Calder Bridge
CA20 1PG  Seascale
UK
For the attention of: Louise Corkhill
Telephone: +44 1946781178
E-mail: louise.a.corkhill@sellafieldsites.com
Internet address(es):
General address of the contracting authority: http://www.sellafieldsites.com
Address of the buyer profile: https://sharedsystems.eu-supply.com/ctm/Supplier/CompanyInformation/Index/3510
Electronic access to information: https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=8735&B=SELLAFIELD
Electronic submission of tenders and requests to participate: https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=8735&B=SELLAFIELD
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for 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: yes
Dounreay Site Restoration Ltd
International Nuclear Services Ltd
National Nuclear Laboratory
Nuclear Decommissioning Authority

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Alcohol and Substance Abuse Testing

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No27:  Other services
    Main site or location of works, place of delivery or of performance:

    UK

    NUTS code
    UNITED KINGDOM
    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
    Justification for a framework agreement, the duration of which exceeds four years: 
    Estimated total value of purchases for the entire duration of the framework agreement
    Estimated cost excluding VAT: 243000  GBP
    Frequency and value of the contracts to be awarded:
    II.1.5)

    Short description of the contract or purchase(s)

    Alcohol and Substance Abuse Testing

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    85148000   Medical analysis services
    Supplementary vocabulary
    85145000   Services provided by medical laboratories
    85147000   Company health services
    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:

    Scope document can be seen attached within the documents section on CTM (RFQ 8487). Link - https://sharedsystems.eusupply.com/app/rfq/rwlentrance_s.asp?PID=8707&B=SELLAFIELD

    Estimated cost excluding VAT: 243000  GBP
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: yes
    In the case of renewable contracts, estimated time-frame for subsequent calls for competition: 
    in months: 48

    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 as stated in the 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: 

    As per the KPIs specified in the specification document.

    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 provided information as requested via Sellafield Ltd‘s system, details of which are set out in section 1.1 of this notice. These details are a mandatory requirement for being eligible to participate in this tender.

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    Tenderers will be required to provided information as requested via Sellafield Ltd‘s system, details of which are set out in section 1.1 of this notice. These details are a mandatory requirement for being eligible to participate in this tender.

    Minimum level(s) of standards possibly required:

    Tenderers will be required to provided information as requested via Sellafield Ltd‘s system, details of which are set out in section 1.1 of this notice. These details are a mandatory requirement for being eligible to participate in this tender.

    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    Tenderers will be required to provided information as requested via Sellafield Ltd‘s system, details of which are set out in section 1.1 of this notice. These details are a mandatory requirement for being eligible to participate in this tender.

    Minimum level(s) of standards possibly required:

    Tenderers will be required to provided information as requested via Sellafield Ltd‘s system, details of which are set out in section 1.1 of this notice. These details are a mandatory requirement for being eligible to participate in this tender.

    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

    Open
    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

    Alcohol and Substance Abuse Testing (RFQ 8487)

    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: 18.01.2016 - 17:30
    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    28.01.2016 - 12:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]
    IV.3.7)

    Minimum time frame during which the tenderer must maintain the tender

    Duration in months: 006 (from the date stated for receipt of tender)
    IV.3.8)

    Conditions for opening tenders

    Persons authorised to be present at the opening of tenders: no

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: yes
    Estimated timing for further notices to be published:

    In approx. 3.5 year‘s time.

    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:

    All clarifications must be submitted via the CTM messaging system.

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    Sellafield Ltd
    Banna Court, Ingwell Drive, Westlakes Science Park, Moor Row
    CA24 3HW  Whitehaven
    UK
     

    Body responsible for mediation procedures

    London Court of International Arbitration
    70 Fleet Street
    EC4 1EU  London
    UK
    Telephone: +44 2079367007
    E-mail: lcia@lcia.org
    Fax: +44 2079367008
    Internet address:
    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 Public Contracts Regulations 2015.

    VI.4.3)

    Service from which information about the lodging of appeals may be obtained