Section I: Contracting authority
I.1)Name, addresses and contact point(s)Research Sites Restoration Ltd
Building 392.7, Rutherford Avenue, Harwell Oxford, Oxfordshire
Contact point(s): Contracts Department
For the attention of: Castel Fairlie
OX11 0DF Didcot,
UNITED KINGDOM
Telephone: +44 1235436833
E-mail:
Fax: +44 1235434413
Internet address(es)
General address of the contracting authority www.research-sites.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:Engineering, Manufacturing and Fabrication Services at RSRL Harwell and Winfrith.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
Main place of delivery: RSRL Harwell and Winfrith Sites.
NUTS code UKJ14
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 agreementFramework agreement with several operators
maximum number of participants to the framework agreement envisaged 5
Duration of the framework agreement
Duration in months: 36
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 700 000 GBP
II.1.5)Short description of the contract or purchase(s)RSRL have a requirement for a variety of metalwork fabrication services at their sites at Harwell (Oxfordshire) and Winfrith (Dorset) on an ad-hoc basis. The work required ranges from the fabrication of small machined components through to fully fabricated, machined and welded structures. The works may require site attendance including working in Radiologically Designated Areas to effect installation of specific structures or equipment. The work will require support from the full range of coded and certificated machinists, fitters and welders, and the ability to produce quality plans and systems demonstrating full traceability where required. A design capability would be advantageous with a focus on critical review to ensure value for money solutions are applied.
The Contractor must be suitably qualified and experienced in all of the above tasks.
II.1.6)Common procurement vocabulary (CPV)44400000, 45262670, 45262680, 45223100
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
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 scopeThe scope of the contract will be to provide a variety of metalwork fabrication services at RSRL's sites at Harwell (Oxfordshire) and Winfrith (Dorset), on an ad-hoc basis.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 700 000 GBP
II.2.2)Information about optionsOptions: yes
Description of these options: Option to extend duration by a further 12 months from 36 months to up to a maximum of 48 months at RSRL's discretion in such periods as they may require, provided that the total duration shall not exceed 48 months.
Provisional timetable for recourse to these options:
in months: 33 (from the award of the contract)
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completionDuration in months: 36 (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 requiredAny deposits or guarantees required will either be detailed in the tender documents or depend upon the details of the tenders submitted.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing themSee tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awardedJoint and several liability required.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
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: See III.2.3.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: See III.2.3.
Minimum level(s) of standards possibly required: Annual company turnover of 250 000 GPB or above.
Dun & Bradstreet Risk Indicator score (or equivalent) of 3 or better (i.e. 1, 2 or 3) or an equivalent rating provided from alternative evidence should the Dun & Bradstreet Risk indicator be "undetermined" or "-" on the basis of them being unable to collect or verify key data elements.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Those companies wishing to Express an Interest must complete the Pre-Qualification Questionnaire (PQQ) which is available from the Contact Point detailed in this notice. One original (unbound) and three hard copies of the completed PQQ and supporting evidence are required along with a current Dun & Bradstreet Comprehensive Report (or equivalent) providing an independent assessment of the supplier's economic and financial standing.
Further information regarding D&B; is available at http://www.dnb.co.uk/uk-business-information-reports.asp. If suppliers would prefer RSRL to obtain these reports directly, rather than for the supplier to provide them, please state this clearly in your request to participate.
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 3 and maximum number 8
Objective criteria for choosing the limited number of candidates: Candidates will be assessed on the information provided in III.2.3 above. If more than the required number of candidates meet the conditions of participation, the qualified candidates will be ranked and the top ranked candidates will be invited to tender. Criteria for selection will be weighted at follows: Commercial 15 %, Technical 70 %, Safety 10 %, Quality 5 %.
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:CF02/11
IV.3.2)Previous publication(s) concerning the same contractOther previous publications
Notice number in the OJEU: 2005/S 220-217420 of 16.11.2005
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 participate10.11.2011
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates24.11.2011
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 tendersPersons authorised to be present at the opening of tenders yes
Authorised individuals within RSRL. At a date and time to be determined after the due date for receipt at RSRL Harwell.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published: 24 months from contract award, or later up to 42 months from contract award should RSRL exercise their option to extend the duration of the existing contract
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 informationRequests to participate should be made to Castel Fairlie, Building 392.7 Rutherford Avenue, Harwell Oxford, Didcot, Oxfordshire OX11 0DF Telephone: +44 1235 436833, email: by 14.00 on 10 November 2011.
All documents must be in English or with an English translation. All documents to be priced in Sterling and all payments made in Sterling. RSRL work within strict safety guidelines and you will be required to specify and justify any proposals to subcontract. RSRL reserve the right to annul the tendering process and not award a contract. The cost of tendering shall be the responsibility of the tenderers.
The date given in IV.3.5 is a best estimate at the time of dispatch of this notice.
No particular volume of work is guaranteed to be placed under any subsequent framework agreement. The framework is non-exclusive for the services required and RSRL reserve the right to be able to place work for similar services through alternative procurement arrangements, if required.
Estimated cost excluding VAT: 700 000 (Anticipated to comprise 600,000 at Harwell and 100,000 at Wnfrith).
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:4.10.2011