Contract notice

Information

Published

Date of dispatch of this notice: 30/07/2019

Expire date: 09/09/2019

External Reference: 2019-410697

TED Reference: 2019/S 147-362204

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Sellafield Ltd
01002607
Caroline Atkinson
Ingwell Drive
Banna Court
UK
Contact person: Caroline Atkinson
Telephone: +44 1946776156
NUTS code:  UKD11 -  West Cumbria
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=11763&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

Asbestos Professional Services - Selection Questionnaire
Reference number:  Asbestos Professional Services
II.1.2)

Main CPV code

71620000  -  Analysis services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Supplier/s shall provide the following services:
• Asbestos surveys:
. Management Surveys
. Refurbishment
. Demolition Surveys
• Asbestos Re-inspections
• Sample and Sample Analysis
• Analytical Monitoring Services and Management of Abatement Works
• Asbestos Technical Specifications and Project Completion Files
The likely range for this procurement is £8m to £12m with a maximum threshold of £16m
II.1.5)

Estimated total value

Value excluding VAT: 16000000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

79311300  -  Survey analysis services
71620000  -  Analysis services
II.2.3)

Place of performance

NUTS code:  UKD11 -  West Cumbria
Main site or place of performance:  
Ingwell Drive
II.2.4)

Description of the procurement

Refer to selection questionnaire provided though CTM.
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: 16000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
Contract will be subject to a break point at year 3. Making this a 3+1 term
II.2.9)

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

Maximum number: 5
Objective criteria for choosing the limited number of candidates:
The criteria to be applied at the selection stage of this restricted procedure are set out in the procurement documentation accessible via Sellafield's Complete Tender Management (CTM) portal.
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:  Provide Asbestos Management Services to meet regulations. UKAS accreditation and ISO standards (ISO 17020:2012 & ISO 17025:2005 & HSG 264).
Further information is set out within the procurement documentation.
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:  2
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  31/08/2019
Local time:  10:00
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)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

Royal Courts of Justice
Strand
London
UK

VI.4.2)

Body responsible for mediation procedures

Royal Courts of Justice
Strand
London
London
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 the contact 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, the Contracting Authority will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.
VI.4.4)

Service from which information about the review procedure may be obtained

Sellafield Ltd
Sellafield
Seascale
CA20 1PG
UK