Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)U K Atomic Energy Authority
Culham Science Centre
Contact point(s): Assistant Contracts Manager
For the attention of: Helen East
OX14 3DB Abingdon
UNITED KINGDOM
Telephone: +44 1235466921
E-mail:
Fax: +44 1235466648
Internet address(es):
General address of the contracting authority: www.uk-atomic-energy.org.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityOther: Fusion Research
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Provision of Asbestos Analytical Support for Works at Culham Science Centre.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
NUTS code UKJ14
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)Culham Science Centre is a mixed use site situated adjacent to Abiingdon in Oxfordshire. The site consists of a mixture of office, commercial and light industrial buildings occupied by the U K Atomic Energy Authority and tenants.
Management surveys have been undertaken for all of the building stock on site. It is often necessary to undertake local refurbishment and demolition surveys when maintenance or modifications to the building stock are planned.
Also as part of the ongoing asbestos management process, the requirement will arise to undertake remedial works to the asbestos and asbestos containing materials, and as projects are undertaken it may be necessary to commission removal works to take place.
This Contract will be to provide sampling; sample assessment and analytical support to the Works described above.
II.1.6)Common procurement vocabulary (CPV)71620000, 71631000, 71355000, 90700000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:The contract will be let for an initial period of 12 months with options to extend on an annual basis for a further 4 years.
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion Starting 1.7.2014. Completion 30.6.2015
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:As detailed in the Invitation to Tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:Tenders are to be priced in sterling and payment will only be made in sterling.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:Joint and several liability.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: The pre-qualification questionnaire and rules, which are available on request, will provide details.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: As detailed in the pre-qualificaiton questionnaire, available upon request.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As detailed in the pre-qualificaiton questionnaire, available upon request.
Minimum level(s) of standards possibly required: As detailed in the pre-qualificaiton questionnaire, available upon request.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As detailed in the pre-qualificaiton questionnaire, available upon request.
Minimum level(s) of standards possibly required:
As detailed in the pre-qualificaiton questionnaire, available upon request.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 5: and maximum number 7
Objective criteria for choosing the limited number of candidates: As detailed in the pre-qualification questionnaire, available upon request.
IV.1.3)Reduction of the number of operators during the negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:T/HE041/13
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate6.1.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates7.2.2014
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tendersPersons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional informationDocuments
All documents must be in English or with an English translation.
Payment
All prices must be stated in tenderers local currency
Cost of tendering
The United Kingdom Atomic Energy Authority reserve the right not to award a contract . The costs of tendering shall be the responsibility of the contractor.
English law
The contract shall be considered as a contract made in England and shall be governed by, and construed in accordance with, the provisions of English law.
Annulment
The United Kingdom Atomic Energy Authority reserve the right to annul the tendering process and not award a contract.
Sub-contracting
The United Kingdom Atomic Energy Authority work within strict safety guidelines and tenderers will be required to specify and justify any proposals to subcontract.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:2.12.2013