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: Tracey Robinson
CA24 3HW Moor Row
UNITED KINGDOM
Telephone: +44 1946781134
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 authorityBody governed by public law
I.3)Main activityOther: Nuclear Decommissioning
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:20003167/3168 - Site service/shuttle buses and car and coach service.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 2: Land transport services [2], including armoured car services, and courier services, except transport of mail
Main site or location of works, place of delivery or of performance: Sellafield Site and frequent transportation to more than one destination.
NUTS code UKD11
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 agreementEstimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 6 000 000 and 6 600 000 GBP
II.1.5)Short description of the contract or purchase(s)Lot 1 - Provision of site shuttle/site service buses;
Lot 2 - Car and coach service.
II.1.6)Common procurement vocabulary (CPV) 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: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completionDuration in months: 48 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Lot 1 Site service/shuttle buses1)Short descriptionSite service/shuttle buses. Scheduled service 5 days per week covering morning and afternoon muster and daily service.
2)Common procurement vocabulary (CPV) 3)Quantity or scopeEstimated value excluding VAT: 5 600 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Lot 2 Car and coach1)Short descriptionCar and coach services. Ad hoc taxi and coach services that frequently involve transportation to more than one destination.
2)Common procurement vocabulary (CPV) 3)Quantity or scopeEstimated value excluding VAT:
Range: between 400 000 and 1 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
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 conditionsThe 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 registersInformation 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 abilityInformation 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 capacityInformation 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 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 procedureOpen
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 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:
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 participate20.2.2014 - 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 upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 3 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published: 4 years
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 informationTenderers 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 proceduresSellafield 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 appealsPrecise 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 VI.5)Date of dispatch of this notice:10.1.2014