Tender

Provision for IAEA SSR-6 Compliant Testing Services

  • International Nuclear Services

F02: Contract notice

Notice identifier: 2021/S 000-000803

Procurement identifier (OCID): ocds-h6vhtk-028a77

Published 14 January 2021, 5:10pm



Section one: Contracting authority

one.1) Name and addresses

International Nuclear Services

Hinton House

Birchwood

Risley

Contact

Mark Lehmann

Email

Mark.Lehmann@innuserv.com

Telephone

+44 1925802717

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

National registration number

1144352

Internet address(es)

Main address

https://www.gov.uk/government/case-studies/shared-services-alliance-ssa-for-nuclear-decommissioning-estate

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

http://www.justice.gov.uk

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

London

London

Country

United Kingdom

Internet address

http://www.justice.gov.uk

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