Contract notice

Information

Published

Date of dispatch of this notice: 27/09/2017

Expire date: 13/11/2017

External Reference: 2017-820215

TED Reference: 2017/S 187-383102

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Sellafield Ltd
01002607
Hinton Huose
Risley
WA3 6GR
UK
Contact person: Gemma Cardilli
Telephone: +44 1925834220
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=9887&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

The Provision of Internal Audit Services
Reference number:  2000409970
II.1.2)

Main CPV code

79212200  -  Internal audit services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The provision of an Internal Audit service to provide independent, objective assurance and advisory services designed to evaluate internal controls, identify risks, add value and improve the organisation's operations. Also supporting the organisation to accomplish its objectives by bringing a systematic, disciplined approach to evaluate and improve the effectiveness of risk management, control, and governance processes.
II.1.5)

Estimated total value

Value excluding VAT: 1500000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

79212200  -  Internal audit services
II.2.3)

Place of performance

NUTS code:  UKD -  NORTH WEST (ENGLAND)
Main site or place of performance:  
Hinton House, Risley, Warrington
II.2.4)

Description of the procurement

The provision of an Internal Audit service to provide independent, objective assurance and advisory services designed to evaluate internal controls, identify risks, add value and improve the organisation's operations. Also supporting the organisation to accomplish its objectives by bringing a systematic, disciplined approach to evaluate and improve the effectiveness of risk management, control, and governance processes.
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: 1500000.00  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

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:  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 mandatory requirement for being eligible to participate in this tender.
III.1.2)
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
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 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 mandatory requirement for being eligible to participate in this tender.
III.1.3)
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
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 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 mandatory requirement for being eligible to participate in this tender.
III.2)
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Tenders are referred to the ITT.
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

The procurement involves the establishment of a framework agreement
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  2017-10-30
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 : 8  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  2017-10-30
Local time:  12:00
Place:  
Hinton House
Risley
Warrington
Cheshire, UK
WA3 6GR
Information about authorised persons and opening procedure:  
In accordance with the requirements of the ITT Instructions via CTM no later than 12:00pm on Monday 30th October 2017 for the attention of Gemma Cardilli, Contract Specialist via CTM.

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

The intention is to award a single supplier framework for a period of 3 year with an option to extend for a further 12 months.
The framework will be offered to the highest scoring tenderer in the first instance however in the event that two or more tenderers receive the same total score, the winning Tenderer will be the one which scores the highest on Contract Delivery Criteria.
If the highest scoring tenderer choose not to accept the framework agreement, then it will be offered to the second ranked bidder, and so on.
Sellafield Ltd 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
UK
Telephone: +44 1946781963

VI.4.2)

Body responsible for mediation procedures

London Court of International Arbitration
70 Fleet Street
London
EC14 1EU
UK
Telephone: +44 2079367008

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Any appeals should be promptly brought to the attention of Gemma Cardilli of Sellafield Ltd at the address specified at Section 1 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 set out in the Public contracts Regulation 2015. In accordance with the Requirements of Regulation 87 of the Public Contracts Regulations 2015 Sellafield Ltd will incorporate a minimum of a ten (10) calendar day standstill period from the date of information, an intention for award of Contract is communicated to tenderers prior to concluding the award of any framework agreement pursuant to this notice.