Tender

Specialist Security Support for Marine Seismic Project

  • Radioactive Waste Management

F02: Contract notice

Notice identifier: 2021/S 000-027683

Procurement identifier (OCID): ocds-h6vhtk-02d1a7

Published 4 November 2021, 1:12pm



Section one: Contracting authority

one.1) Name and addresses

Radioactive Waste Management

Building 329, Thomson Avenue

Didcot

OX11 0GD

Contact

Alper Tarimci

Email

alper.tarimci@nda.gov.uk

Telephone

+44 111111111

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

8920190

Internet address(es)

Main address

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

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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=14220&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=14220&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

Specialist Security Support for Marine Seismic Project

Reference number

RWM551

two.1.2) Main CPV code

  • 79710000 - Security services

two.1.3) Type of contract

Services

two.1.4) Short description

Specialist Security Support for Marine Seismic Project

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79713000 - Guard services
  • 79715000 - Patrol services
  • 98362100 - Marine-base support services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Specialist Security Support for Marine Seismic Project

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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

Please refer to the ITT documents for conditions of participation.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Please refer to the ITT documents for financial standing.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Please refer to the ITT documents for technical and professional ability.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to the ITT documents for contract performance conditions.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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: 2021/S 000-019000

four.2.2) Time limit for receipt of tenders or requests to participate

Date

6 December 2021

Local time

2:00pm

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: 21 March 2022

four.2.7) Conditions for opening of tenders

Date

6 December 2021

Local time

2:00pm


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

RWM

Didcot

OX110GD

Country

United Kingdom