Contract notice

Information

Published

Date of dispatch of this notice: 19/05/2017

Expire date: 20/06/2017

External Reference: 2017-342729

TED Reference: 2017/S 098-193830

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

International Nuclear Services Ltd
01144352
Hinton House
Cheshire
WA3 6GR
UK
Contact person: Matthew Armstrong
Telephone: +44 1925832298
NUTS code:  DE -  DEUTSCHLAND
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=9727&B=INS
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 Transport Services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of Road, Rail and Seaport Transhipment Activities For Transporting High Active Nuclear Waste Flasks in Germany
Reference number:  MA/05/01_GERMAN_VRR
II.1.2)

Main CPV code

90521400  -  Transport of radioactive waste
II.1.3)

Type of contract

Services
II.1.4)

Short description

INS is looking to appoint a single Contractor to manage the Road, Rail and Seaport Transhipment activities for the Transport of High Active Nuclear Waste Flasks in Germany.
A high level overview of the Scope is available in the Prequalification Information.
II.1.5)

Estimated total value

Value excluding VAT: 9600000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

90521400  -  Transport of radioactive waste
II.2.3)

Place of performance

NUTS code:  DE -  DEUTSCHLAND
Main site or place of performance:  
Various locations in Germany
II.2.4)

Description of the procurement

The successful Contractor will be required to provide all activities associated with the movement of:
1) Up to 20 Empty transport and storage flasks for high active nuclear waste (transported in three batches of up to 7 flask per batch) from the flask manufacturing facility located in Mülheim to a minimum of 2 Ports in Northern Germany by Rail, including Port services and transhipment onto an INS Vessel;
2) Up to 20 Laden transport and storage flasks for high active nuclear waste (transported in three batches of up to 7 flask per batch) from a minimum of two German Seaports located in Northern Germany to three interim storage facilities in Germany by both Rail and Road including Port services and transhipment from an INS Vessel;
3) For both Empty and Laden transports, all associated permits, licences and authorisations required from the relevant Germany Authorities;
4)For the Laden transport all arrangements required for security in line with the German Customer requirements and its designated security Contractor.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 9600000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
As detailed in the Prequalification Information.
INS reserves its rights to take through less candidates, if their are less than 5 that pass the PQQ.
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

In order to protect the security of the transports this PQQ provides high-level detail of the basic requirements of Tenderers in order for Tenderers to assess their interest in and capability for undertaking the services. The detailed technical requirements will only be made available to those Tenderers that pass the PQQ stage, subject to signature of a Confidentiality Agreement.

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:  As stated in the Pre-Qualification Information.
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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  20/06/2017
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 30/06/2017
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)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

INS reserves the right at its sole discretion to extend the Duration and Value of the Contract to enable completion of the Transports associated with the Project which would extend beyond the estimated value and duration of the Contract which for example arise out of changes in: UK nuclear strategy; Regulatory requirements and shipment dates.
VI.4)

Procedures for review

VI.4.1)

Review body

Royal Courts of Justice
Strand
London
WC2A 2LL
UK
Internet address: http://www.justice.gov.uk

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Any appeals should be promptly brought to the attention of Michael Hall (INS Head of Procurement) at the address 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, INS will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.
VI.5)

Date of dispatch of this notice

19/05/2017