Contract notice

Information

Published

Date of dispatch of this notice: 16/08/2019

Expire date: 17/09/2019

External Reference: 2019-479456

TED Reference: 2019/S 160-394594

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

International Nuclear Services
1144352
HINTON HOUSE
WARRINGTON
RISLEY
UK
Contact person: Ann McGuinness
Telephone: +44 1925802586
NUTS code:  UKD -  NORTH WEST (ENGLAND)
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=11919&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

FRAMEWORK AGREEMENT FOR THE PROVISION OF TRANSPORT SAFETY CASE SUPPORT SERVICES
Reference number:  AM0819
II.1.2)

Main CPV code

44421722  -  Safety cases
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Framework Agreement will consist of 6 Lots: Lot 1 - Safety Case -Criticality Lot 2- Shielding and Dosing Lot 3 - Safety Case - Thermal including Computation fluid Dynamics (CDF) Lot 4 - Safety Case - Structural including finite Element Analysis (FEA) Impact Lot 5 - Safety Case - Technical Author Lot 6 - Safety Case - Peer Review.
Along with Radioactive Waste management (RWM) and Direct Rail Services (DRS) will be able to utilise and call off the services to the Framework Agreement.
II.1.5)

Estimated total value

Value excluding VAT: 1500000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Lot 1 - Safety Case - Criticality
Lot No:  1
II.2.2)

Additional CPV code(s)

71241000  -  Feasibility study, advisory service, analysis
71356300  -  Technical support services
79314000  -  Feasibility study
II.2.3)

Place of performance

NUTS code:  UKD -  NORTH WEST (ENGLAND)
Main site or place of performance:  
WARRINGTON
II.2.4)

Description of the procurement

Provision of scientific services to support the buyers design and licensing activities for packages containing radioactive fissile materials.
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: 250000.00  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:  
The Framework may be re-competed at the end of the term subject to business demands
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
See the 'Invitation to Tender' document in the tender pack for full details
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)

Description

II.2.1)

Title

Lot 2 - Shielding and Dose
Lot No:  2
II.2.2)

Additional CPV code(s)

71241000  -  Feasibility study, advisory service, analysis
71356300  -  Technical support services
79314000  -  Feasibility study
92312213  -  Technical author services
II.2.3)

Place of performance

NUTS code:  UKD -  NORTH WEST (ENGLAND)
Main site or place of performance:  
WARRINGTON
II.2.4)

Description of the procurement

The transport of Radioactive Materials (RAM) is governed by the International Atomic Energy Agency (IAEA) Regulations [1]. These regulations cover design, licensing and operation of RAM Transport Packages. The regulations define dose limits for RAM Transport Packages during Normal Conditions of Transport (NCT) and modified limits following Accident Conditions of Transport (ACT). Shielding assessments are required to calculate the dose emitted from Packages carrying specific RAM Contents
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: 250000.00  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:  
The Framework may be re-competed at the end of the term subject to business needs
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)

Description

II.2.1)

Title

Lot 3 - Safety Case - Thermal including Computation
Lot No:  3
II.2.2)

Additional CPV code(s)

71241000  -  Feasibility study, advisory service, analysis
71356300  -  Technical support services
79314000  -  Feasibility study
92312213  -  Technical author services
II.2.3)

Place of performance

NUTS code:  UKD -  NORTH WEST (ENGLAND)
Main site or place of performance:  
WARRINGTON
II.2.4)

Description of the procurement

Provision of finite element analysis services to support the Buyers design and licensing activities for packages containing radioactive materials. Scope is to include thermal analysis of nuclear packages, containers and components thereof, thermal stress analysis of such equipment, and the provision of specialised computational fluid dynamics (CFD) methodology to analyse and predict thermal currents and temperatures in complex shapes such as ships’ holds.
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: 250000.00  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:  
The Agreement may be re-competed at the end of the term subject to business needs
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)

Description

II.2.1)

Title

Lot 4 - Safety Case - Structural including Finite Element
Lot No:  4
II.2.2)

Additional CPV code(s)

71241000  -  Feasibility study, advisory service, analysis
71356300  -  Technical support services
79314000  -  Feasibility study
92312213  -  Technical author services
II.2.3)

Place of performance

NUTS code:  UKD -  NORTH WEST (ENGLAND)
Main site or place of performance:  
WARRINGTON
II.2.4)

Description of the procurement

Provision of FEA to support the Buyers design and licensing team.
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: 250000.00  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:  
The Agreement may be re-competed at the end of the term subject to business needs
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)

Description

II.2.1)

Title

Lot 5 - Safety Case - Technical Author
Lot No:  5
II.2.2)

Additional CPV code(s)

71241000  -  Feasibility study, advisory service, analysis
71356300  -  Technical support services
79314000  -  Feasibility study
92312213  -  Technical author services
II.2.3)

Place of performance

NUTS code:  UKD -  NORTH WEST (ENGLAND)
Main site or place of performance:  
WARRINGTON
II.2.4)

Description of the procurement

The supplier will be required to compose clear and coherent technical information relating to aspects of radioactive material transport by determining the clearest and most logical way to present information and instructions for optimum reader understanding.
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: 250000.00  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:  
The Agreement may be re-competed at the end of the term subject to business needs
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)

Description

II.2.1)

Title

Lot 6- Safety Case - Peer Review
Lot No:  6
II.2.2)

Additional CPV code(s)

71241000  -  Feasibility study, advisory service, analysis
71356300  -  Technical support services
79314000  -  Feasibility study
92312213  -  Technical author services
II.2.3)

Place of performance

NUTS code:  UKD -  NORTH WEST (ENGLAND)
Main site or place of performance:  
WARRINGTON
II.2.4)

Description of the procurement

The supplier will be required to provide suitably qualified and experienced personnel to provide a documented, critical review of the Buyers prepared Safety Case or any other documents. Such review will include an in-depth and independent appraisal of assumptions, calculations, methodology, and acceptance criteria used in the Buyers Safety Case. To highlight conclusions and confirm adequacy of the original package of work.
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: 250000.00  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:  
The Agreement may be renewed at the end of the term subject to business needs
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.1.2)

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

III.2.2)

Contract performance conditions

See Agreement Terms and Conditions

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 several operators
Envisaged maximum number of participants to the framework agreement:  18
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:  17/09/2019
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 : 3  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  15/10/2019
Local time:  00:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

The anticipated value range is between £500,000 and £1,500,00 over 4 years across the Framework.
All correspondence shall be via the Complete Tender Management (CTM) portal
VI.4)

Procedures for review

VI.4.1)

Review body

International Nuclear Services Ltd
Hinton House
Warrington
WA3 6GR
UK
Telephone: +44 1925802586
Internet address: www.innuserv.com

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.