Contract notice

Information

Published

Date of dispatch of this notice: 04/11/2016

Expire date: 05/12/2016

External Reference: 2016-303623

TED Reference: 2016/S 215-391513

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Sellafield Ltd
01002607
Calder Bridge
Seascale
CA20 1PG
UK
Contact person: Alison Coid
Telephone: +44 1946777864
NUTS code:  UKD -  NORTH WEST (ENGLAND)
Internet address(es):
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=9150&B=SELLAFIELD
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
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

OR Modelling
Reference number:  ac9111.04.2016
II.1.2)

Main CPV code

48460000  -  Analytical, scientific, mathematical or forecasting software package
II.1.3)

Type of contract

Services
II.1.4)

Short description

OR Modelling
II.1.5)

Estimated total value

Value excluding VAT: 4000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

48462000  -  Mathematical or forecasting software package
72240000  -  Systems analysis and programming services
II.2.3)

Place of performance

NUTS code:  UKD -  NORTH WEST (ENGLAND)
Main site or place of performance:  
Sellafield Site and satellite locations
II.2.4)

Description of the procurement

OR Modelling. SORG is issuing a scope for Suppliers who wish to provide a turnkey model build and support solution to meet its growing need for three dimensional spatially accurate discrete event simulation tools and services. The service provision is currently mainly based around Flexsim software with an extensive investment already made by the NDA and Sellafield Ltd. SORG is looking for Suppliers who can act in partnership to provide a “one stop shop” for the provision of software licences, software support including upgrades and technical support, model development and training activities in existing Flexsim, Witness and SQL software packages and/or a suitable comparable alternative software package. The Framework shall be for a period of 4 years, (3+1) with a budget of £4M for the whole duration.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Social Impact  /  Weighting:  10%
Quality criterion  -  Name:  Technical Approach  /  Weighting:  35%
Quality criterion  -  Name:  Capability & Resources  /  Weighting:  35%
Price  -  Weighting:  20%
II.2.6)

Estimated value

Value excluding VAT: 4000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
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

Any Supplier must demonstrate appropriate experience and qualifications for Modelling and Simulation, and any relevant accreditation to internationally recognised institutions. The service provided by SORG is essential to support Sellafield Ltd’s operational capability, the Supplier must therefore be able to provide reliable support to SORG operations with immediate effect.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Tenderers will be required to provide information as requested, via Sellafield Limited's CTM system or via the nominated Sellafield Limited's representative, details of which are set out in section I.1 of this notice. These details are a mandatory requirements for being eligible to participate in this tender.
No legal form 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 on the Contract.
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing 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

Framework agreement with a single operator
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

Notice number in the OJ S: 2016/S 084-147924
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  05/12/2016
Local time:  12:00
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:  05/12/2016
Local time:  12:00
Place:  
Banna Court
Westlakes Science & Technology Park
Moor Row Cumbria
CA24 3HW

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Tenderers will be required to provide information as requested, via Sellafield Limited's CTM system or via the nominated Sellafield Limited's representative, details of which are set out in section I.1 of this notice. These details are a mandatory requirements for being eligible to participate in this tender.
The deadline(s) for lodging appeals shall be in accordance with the provision of the Public Contracts Regulations 2015
VI.4)

Procedures for review

VI.4.1)

Review body

Sellafield Ltd
Hinton House, Birchwood, Park Avenue
Warrington
WA3 6GR
UK

VI.4.2)

Body responsible for mediation procedures

London Court of International Arbitration
70 Fleet Street
London
EC4 1EU
UK
Telephone: +44 2079367007
Fax: +44 2079367008

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The deadline(s) for lodging appeals shall be in accordance with the provision of the Public Contracts Regulations 2015
VI.5)

Date of dispatch of this notice

04/11/2016