Contract notice

Information

Published

Date of dispatch of this notice: 02/05/2018

Expire date: 05/06/2018

External Reference: 2018-876222

TED Reference: 2018/S 085-191780

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: Ann McGuinness
Telephone: +44 925802586
NUTS code:  FR -  FRANCE
Internet address(es):
I.3)

Communication

Access to the procurement documents is restricted. Further information can be obtained at:  
https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=10656&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

Port activities and Transportation of PUO2 samples in France
Reference number:  AM050118
II.1.2)

Main CPV code

90521400  -  Transport of radioactive waste
II.1.3)

Type of contract

Services
II.1.4)

Short description

Port activities, support to license validation application and Road Transportation in France of PuO2 samples to Orano MELOX Site.
II.1.5)

Estimated total value

Value excluding VAT: 500000.00  EUR
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:  FR -  FRANCE
II.2.4)

Description of the procurement

Port activities, support to license validation application and Road Transportation in France of PUO2 samples to the Orano MELOX plant.
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: 500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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: 3
Objective criteria for choosing the limited number of candidates:
As detailed in the SQ Information INS reserves the right to limit the number of tenderers to the 3 highest scoring applicants.
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 SQ provides high level detail of the basic requirements of the Tenderers to assess their interest in and capability for undertaking the services. The detailed technical requirements will only be made available to those tenders that pass the SQ 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 procurement documents
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
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:  2018-06-05
Local time:  12:00
IV.2.3)

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

Date: 2018-06-12
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

Tender must be valid until:  2018-08-31

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

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 1 above and 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 Contract Regulations 2015, INS will incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.