Section one: Contracting authority
one.1) Name and addresses
International Nuclear Services
Hinton House
Birchwood
Risley
Contact
Mark Lehmann
Telephone
+44 1925802717
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
National registration number
1144352
Internet address(es)
Main address
one.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=13255&B=SELLAFIELD
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13255&B=SELLAFIELD
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Nuclear Transport Logistics
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision for IAEA SSR-6 Compliant Testing Services
Reference number
ML_08/01/2021
two.1.2) Main CPV code
- 71632000 - Technical testing services
two.1.3) Type of contract
Services
two.1.4) Short description
The primary scope for this single lot framework agreement is for the provision of IAEA SSR-6 Compliant Testing Services. The service provider/s will be required to provide facilities and quality assurance processes to complete and report on tests that are explicitly set out in International Atomic Energy Agency Regulations (IAEA) for the Safe Transport of Radioactive Material i.e.SSR-6 (transport packages).
two.1.5) Estimated total value
Value excluding VAT: £2,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71600000 - Technical testing, analysis and consultancy services
- 71630000 - Technical inspection and testing services
- 71631430 - Leak-testing services
- 71632200 - Non-destructive testing services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
Main site or place of performance
Warrington
two.2.4) Description of the procurement
The primary scope for this single lot framework agreement is for the provision of IAEA SSR-6 Compliant Testing Services. The service provider/s will be required to provide facilities and quality assurance processes to complete and report on tests that are explicitly set out in International Atomic Energy Agency Regulations (IAEA) for the Safe Transport of Radioactive Material i.e.SSR-6 (transport packages).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.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 after the 36 month period to a further 12 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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: 3
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
16 February 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 16 August 2021
four.2.7) Conditions for opening of tenders
Date
16 February 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand
London
London
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand
London
London
Country
United Kingdom
Internet address
six.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.
six.4.4) Service from which information about the review procedure may be obtained
INS
Hinton House
Warrington
WA3 6GR
Country
United Kingdom