Section one: Contracting authority
one.1) Name and addresses
Sellafield Ltd on Behalf of 5 NDA Sites
Calder Bridge
Seascale
CA20 1PG
Contact
Jasmine Lane
Jasmine.lane@sellafieldsites.com
Country
United Kingdom
NUTS code
UKD11 - West Cumbria
National registration number
01002607
Internet address(es)
Main address
Buyer's address
https://sharedsystems.eu-supply.com/ctm/Company/CompanyInformation/Index/3510
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=13315&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=13315&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 Decommissioning
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Supply & Delivery of Laboratory Consumables & Chemicals
Reference number
Planned Framework
two.1.2) Main CPV code
- 33696500 - Laboratory reagents
two.1.3) Type of contract
Supplies
two.1.4) Short description
This tender is for the Supply & Delivery of a range of Laboratory Consumables & Chemicals to 5 NDA Sites; Sellafield Ltd (SL), Magnox Ltd (ML), Low Level Waste Repository Ltd (LLWR), National Nuclear Laboratory (NNL) and Dounreay Site Restoration Limited (DSRL).
two.1.5) Estimated total value
Value excluding VAT: £5,760,832
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 38437000 - Laboratory pipettes and accessories
- 39181000 - Laboratory benching
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
This tender is for the Supply & Delivery of a range of Laboratory Consumables & Chemicals to 5 NDA Sites; Sellafield Ltd (SL), Magnox Ltd (ML), Low Level Waste Repository Ltd (LLWR), National Nuclear Laboratory (NNL) and Dounreay Site Restoration Limited (DSRL).
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: £5,760,832
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The Framework Agreement will be for a duration of 4 years and will be a re-competition will be carried out again upon the expiry of Framework Agreement.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Information and formalities necessary for evaluating if the requirements are met:
Please refer to the Tender Documents in the Sellafield Ltd (SL) Complete Tender Management (CTM) system.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Information and formalities can be found within the Tender Documents in the Sellafield Ltd (SL) Complete Tender Management (CTM) system.
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 a single operator
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.2.1) Previous publication concerning this procedure
Notice number: 2019/S 115-281583
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 March 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: 26 March 2022
four.2.7) Conditions for opening of tenders
Date
26 March 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
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
NDA
London
Country
United Kingdom