Contract notice

Information

Published

Date of dispatch of this notice: 13/09/2019

Expire date: 20/11/2019

External Reference: 2019-426945

TED Reference: 2019/S 179-436348

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

CTM Portal for the NDA Shared Services Alliance
01002607
Calder Bridge
Seascale
CA20 1PG
UK
Contact person: Jason McCann
Telephone: +44 1925834088
NUTS code:  UKD11 -  West Cumbria
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=11967&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

Provision of Inspection and Quality Assurance Services
Reference number:  CI20190821
II.1.2)

Main CPV code

71630000  -  Technical inspection and testing services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The provision of Inspection and Quality Assurance Services. These services are an essential requirement for defect prevention in project and product delivery across the Nuclear Decommissioning Authority (NDA) Estate. Provision of independent third party inspection services are required to provide compliance to regulatory and legal obligations to meet required quality standards in the provision of products and services from both local and multinational supply chains, The services are to be delivered through On and Off-Site inspections of facilities, equipment and products (including overseas travel where required), metallurgical and weld inspections, NDT and outage QA services.
II.1.5)

Estimated total value

Value excluding VAT: 20000000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71000000  -  Architectural, construction, engineering and inspection services
71600000  -  Technical testing, analysis and consultancy services
71630000  -  Technical inspection and testing services
71631000  -  Technical inspection services
71632000  -  Technical testing services
II.2.3)

Place of performance

NUTS code:  UKD11 -  West Cumbria
NUTS code:  UKD1 -  Cumbria
NUTS code:  UKD -  NORTH WEST (ENGLAND)
NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Provision of Inspection Quality Assurance Services
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: 20000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 23/12/2019  /  End: 22/12/2022
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.1.2)

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

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:  30/10/2019
Local time:  14:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  30/10/2019
Local time:  14:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

Include the following;
Tenderers must register their interest, obtain further information for this contract and submit their tender response via Sellafield Ltd.’s CTM system which can be found at the following address
https://sharedsystems.eu-supply.com/login.asp?B=SELLAFIELD&target=&timeout=
Initial registration of your company is achieved by using the above site and then clicking on Company Registration.
For guidance on using/registering for CTM please access the training pages from Sellafield Ltd.’s website which can be found at the following address;
http://www.sellafieldsites.com/
Use of CTM is not a qualification criteria but is Sellafield Ltd.’s preferred method for submissions. Further details can be obtained regarding this contract and/or CTM through the nominated Sellafield Ltd representative detailed in this notice.
VI.4)

Procedures for review

VI.4.1)

Review body

Sellafield Ltd
Seascale
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.