Contract notice

Information

Published

Date of dispatch of this notice: 21/12/2017

Expire date: 15/03/2018

External Reference: 2017-483110

TED Reference: 2017/S 247-519003

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dounreay Site Restoration Limited
SC307493
Dounreay, Building D2003
Thurso, Caithness
KW14 7TZ
UK
Contact person: Sharon Oag
Telephone: +44 1847802483
Fax: +44 1847802521
NUTS code:  UKM61 -  Caithness & Sutherland and Ross & Cromarty
Internet address(es):
Main address: www.dounreay.com

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=10044&B=DSRL
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

Framework Agreement for Decommissioning Services
II.1.2)

Main CPV code

98391000  -  Decommissioning services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The proposed Framework Agreement has a seven year duration (4+2+1) and the anticipated value of Subcontracts that may be awarded through the Framework Agreement is in the region of £400M. The initial four year duration of the Framework Agreement is September 2018 through to August 2022. The Framework Agreement enables call off contracts to be placed through the use of Mini Competitions and Direct Awards. The scope of services comprises of the following activities: • Construction of new build projects that are required to enable the decommissioning of Dounreay Site; and • Deplanting, decommissioning (including decontamination) and demolition of redundant facilities on the Dounreay Site; and • All associated project management, controls, engineering, design, safety case and site (including environmental) remediation requirements.
II.1.5)

Estimated total value

Value excluding VAT: 400000000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

44421722  -  Safety cases
45000000  -  Construction work
45111000  -  Demolition, site preparation and clearance work
45210000  -  Building construction work
45262660  -  Asbestos-removal work
71320000  -  Engineering design services
71541000  -  Construction project management services
II.2.3)

Place of performance

NUTS code:  UKM61 -  Caithness & Sutherland and Ross & Cromarty
NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Dounreay, Caithness, KW14 7TZ
II.2.4)

Description of the procurement

The proposed Framework Agreement has a seven year duration (5+1+1) and the anticipated value of Subcontracts that may be awarded through the Framework Agreement is in the region of £400M. The initial five duration of the Framework Agreement is July 2018 through to June 2023. The scope of services comprises of the following activities: • Construction of new build projects that are required for to enable the decommissioning of Dounreay Site; and • Deplanting, decommissioning and demolition of redundant facilities on the Dounreay Site. • All associated project management, controls, engineering, design, safety case and site (including environmental) remediation requirements.
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: 400000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
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: 8
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

The Selection criteria and the Invitation to Tender Documents can be accessed via CTM https://shared systems.eu.supply.com/logim.asp?

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

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:  6
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: no
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2017/S 086-167792
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  2018-02-23
Local time:  12:00
IV.2.3)

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

Date: 2018-04-06
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.4)

Procedures for review

VI.4.1)

Review body

Dounreay Site Restoration Limited Commercial Manager
D8538, Dounreay
Thurso, Caithness
KW14 7TZ
UK
Telephone: +44 1847802121

VI.4.2)

Body responsible for mediation procedures

London Court of Arbitration
70 Fleet Street
London
EC4 4EU
UK