Contract notice

Information

Published

Expire date: 21/01/2022

External Reference: 2021-402548

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

International Nuclear Services Ltd
1144352
Hinton House
Warrington
WA3 6GR
UK
Contact person: Mark Lehmann
Telephone: +44 1925986415
NUTS code:  UK -  UNITED KINGDOM
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=14169&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 Transport Logistics

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

The Provision for IAEA SSR-6 Compliant Criticality Services
Reference number:  ML 19/10/21
II.1.2)

Main CPV code

98113100  -  Nuclear safety services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Provision for IAEA SSR-6 Compliant Criticality Services to support NTS design and licensing activities for transport packages containing radioactive fissile materials.
II.1.5)

Estimated total value

Value excluding VAT: 400000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

44421722  -  Safety cases
71350000  -  Engineering-related scientific and technical services
71356300  -  Technical support services
71600000  -  Technical testing, analysis and consultancy services
98110000  -  Services furnished by business, professional and specialist organisations
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Warrington
II.2.4)

Description of the procurement

Single Lot Framework to be established for the provision of IAEA SSR-6 Compliant Criticality Services pertinent to transport. The scope covers 5 disciplines of Criticality this being 1. Criticality Analysis, 2. Preparation of Criticality Assessments, 3. QA Check of Criticality Assessments, 4. Review and Approve Criticality Assessments and 5. Peer Review of Criticality Assessments.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality/Technical  /  Weighting:  70%
Price  -  Weighting:  30%
II.2.6)

Estimated value

Value excluding VAT: 400000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
Option to extend another 12 months
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 several operators
Envisaged maximum number of participants to the framework agreement:  6
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: 2021/S 000-020379
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  06/01/2022
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 : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  06/01/2022
Local time:  12:00

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
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

INS
Hinton House
Warrington
WA3 6GR
UK