By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

RFQ 6477/6495 - Environmental, low level radiological and chemical analysis requirement B.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Sellafield
Banna Court, Ingwell Drive, Westlakes Science Park, Cumbria
For the attention of: Lesley Toole
CA24 3HW Moor Row
UNITED KINGDOM
Telephone: +44 1946781253
E-mail:

Internet address(es):

General address of the contracting authority: http://www.sellafieldsites.com

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 authority
Body governed by public law
I.3)Main activity
Other: Nuclear Decommissioning
I.4)Contract award on behalf of other contracting authorities
The 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:
RFQ 6477/6495 - Environmental, low level radiological and chemical analysis requirement B.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Sellafield Ltd, Seascale, Cumbria CA20 1PG.

NUTS code UKD11

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
Number of participants to the framework agreement envisaged: 3

Duration of the framework agreement

Duration in months: 120
Justification for a framework agreement, the duration of which exceeds four years: In order to create a sustainable business environment for analytical services, it is proposed to award 10 year frameworks (with a break point at year 5). The 10-year duration is required to allow the suppliers sufficient time to recoup the infrastructure investments that are required - noting that 10 years is normally allowed for amortising capital spent on plant and equipment. The 10-year duration will also allow for investing in apprentice analysts to maintain the skills pipeline that is needed to deliver good quality analytical services into the future. In addition, this requires maintenance of ISO17025 Quality Systems (or equivalent) for a diverse range of potential sample matrices to meet site and regulatory needs.

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 10 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Environmental, low level radiological and chemical analysis requirement B for RFQ 6477.
II.1.6)Common procurement vocabulary (CPV)

71000000, 71620000, 90711300

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Environmental, low level radiological and chemical analysis to support the site operations requirement B.
This OJEU Notice is issued in conjuction with the OJEU Notice for RFQ 6477 Environmental, low level radiological and chemical analysis to support the site operations requirement A.
Estimated value excluding VAT: 10 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 120 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Parent company guarantees may be required at Sellafield Ltd's discretion.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment terms will be as stated in Sellafield's tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No legal form is required, but in the event of a group of contractors submitting an acceptable offer, it will be necessary to provide an undertaking that each company or firm will be jointly and severally responsible for the due performance of the contract.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Tenderers will be required to provide information as requested via Sellafield Ltd's CTM system or via the nominated Sellafield Ltd representative, details of which are set out at section I.1 of this notice. These details are a mandatory requirement for being eligible to participate in the tender.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Tenderers will be required to provide information as requested via Sellafield Ltd's CTM system or via the nominated Sellafield Ltd representative, details of which are set out at section I.1 of this notice. These details are a mandatory requirement for being eligible to participate in the tender.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Tenderers will be required to provide information as requested via Sellafield Ltd's CTM system or via the nominated Sellafield Ltd representative, details of which are set out at section I.1 of this notice. These details are a mandatory requirement for being eligible to participate in the tender.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Tenderers will be required to provide information as requested via Sellafield Ltd's CTM system or via the nominated Sellafield Ltd representative, details of which are set out at section I.1 of this notice. These details are a mandatory requirement for being eligible to participate in the tender.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal 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 procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria

The most economically advantageous tender in terms of the criteria stated below

1. Commercial. Weighting 15

2. Current Capability & Resource. Weighting 20

3. Health and Safety. Weighting 10

4. Quality Assurance. Weighting 20

5. Technical. Weighting 20

6. Socio-economic. Weighting 5

7. Pricing. Weighting 10

IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
RFQ 6477/6495
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 14.2.2014 - 09:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
21.2.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
until: 31.12.2014
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 10 years.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
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⌖=&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 appeal
VI.4.1)Body responsible for appeal procedures

Sellafield Ltd
Banna Court, Ingwell Drive, Westlakes Science Park, Cumbria
CA24 3HW Moor Row
UNITED KINGDOM
Internet address: http://www.sellafieldsites.com

Body responsible for mediation procedures

London Court of International Arbitration
70 Fleet Street
EC4 1EU London
UNITED KINGDOM
E-mail:
Telephone: +44 2079367007
Fax: +44 2079367008

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Deadline for lodging an appeal shall be in accordance with the provisions of regulation 32 of the Public Contracts Regulations 2006 (S.I 2006 No.5).
VI.4.3)Service from which information about the lodging of appeals may be obtained

As VI.4.1
UNITED KINGDOM

VI.5)Date of dispatch of this notice:
20.12.2013