Contract notice

Information

Published

Expire date: 26/03/2021

External Reference: 2021-414920

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Sellafield Ltd on Behalf of 5 NDA Sites
01002607
Calder Bridge
Seascale
CA20 1PG
UK
Contact person: Jasmine Lane
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=13315&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

Supply & Delivery of Laboratory Consumables & Chemicals
Reference number:  Planned Framework
II.1.2)

Main CPV code

33696500  -  Laboratory reagents
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

This tender is for the Supply & Delivery of a range of Laboratory Consumables & Chemicals to 5 NDA Sites; Sellafield Ltd (SL), Magnox Ltd (ML), Low Level Waste Repository Ltd (LLWR), National Nuclear Laboratory (NNL) and Dounreay Site Restoration Limited (DSRL).
II.1.5)

Estimated total value

Value excluding VAT: 5760832.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

38437000  -  Laboratory pipettes and accessories
39181000  -  Laboratory benching
II.2.4)

Description of the procurement

This tender is for the Supply & Delivery of a range of Laboratory Consumables & Chemicals to 5 NDA Sites; Sellafield Ltd (SL), Magnox Ltd (ML), Low Level Waste Repository Ltd (LLWR), National Nuclear Laboratory (NNL) and Dounreay Site Restoration Limited (DSRL).
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: 5760832.00  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 Agreement will be for a duration of 4 years and will be a re-competition will be carried out again upon the expiry of Framework Agreement.
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:  Information and formalities necessary for evaluating if the requirements are met:
Please refer to the Tender Documents in the Sellafield Ltd (SL) Complete Tender Management (CTM) system.
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

Information and formalities can be found within the Tender Documents in the Sellafield Ltd (SL) Complete Tender Management (CTM) system.

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 FTS: 2019/S 115-281583
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  26/03/2021
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

Tender must be valid until:  26/03/2022
IV.2.7)

Conditions for opening of tenders

Date:  26/03/2021
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
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

NDA
London
UK