Contract notice

Information

Published

Date of dispatch of this notice: 21/08/2020

Expire date: 20/10/2020

External Reference: 2020-464087

TED Reference: 2020/S 165-401596

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Sellafield Ltd
01002607
Banna Court
Ingwell Drive
Westlakes Science Pa
UK
Contact person: Jack Brown
Telephone: +44 1946788099
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=12866&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 Civil Inspections
Reference number:  12487
II.1.2)

Main CPV code

71000000  -  Architectural, construction, engineering and inspection services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Provision of civil inspection services on the Sellafield Ltd site.
II.1.5)

Estimated total value

Value excluding VAT: 3400000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71315400  -  Building-inspection services
71631300  -  Technical building-inspection services
71631400  -  Technical inspection services of engineering structures
71631450  -  Bridge-inspection services
II.2.3)

Place of performance

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

Description of the procurement

Civil Inspections Scope
Professional support shall be conducted in line with the relevant EU/British standards. Civil inspection work will include:
• Inspection, examination, testing and recording the civil assets in accordance with the OU programmes.
• Specifying maintenance requirements and the writing of maintenance instructions.
• Specifying repair requirements.
• Writing forward maintenance/asset care plans.
• Analysis of existing structures to identify reserve structural capacity.
• Specifying refurbishments works so the civil asset capacity is reinstated.
• Providing advice via suitably qualified and experienced resources on a day-to-day basis, for 6 months, or on a longer basis.
• Proposing improvements to the process and outputs.
• Proposing and implementing innovation.
• Provision of a site manager to control on-site activities.
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: 3400000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2021  /  End: 31/03/2024
This contract is subject to renewal: yes
Description of renewals:  
This service will likely be required in the future. Sellafield will re-tender this opportunity sometime towards the end of the contract term.
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

Tenderers are invited to complete the Tenders and to submit them, together with any requested supporting information and completed Appendices, in accordance with the requirements of this ITT via CTM by 12:00 (GMT) on the Tender Submission Deadline.

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.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing 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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2020/S 135-333712
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  08/10/2020
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 : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  08/10/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
2023/2024
VI.2)

Information about electronic workflows

Electronic ordering will be used
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
London
UK
Internet address: http://www.justice.gov.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: 
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 Limited
Seascale
CA20 1PG
UK