Section one: Contracting authority
one.1) Name and addresses
International Nuclear Services Ltd
Hinton House
Warrington
WA3 6GR
Contact
Mark Lehmann
Telephone
+44 1925986415
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=14169&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=14169&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
The Provision for IAEA SSR-6 Compliant Criticality Services
Reference number
ML 19/10/21
two.1.2) Main CPV code
- 98113100 - Nuclear safety services
two.1.3) Type of contract
Services
two.1.4) Short description
The Provision for IAEA SSR-6 Compliant Criticality Services to support NTS design and licensing activities for transport packages containing radioactive fissile materials.
two.1.5) Estimated total value
Value excluding VAT: £400,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 44421722 - Safety cases
- 71350000 - Engineering-related scientific and technical services
- 71356300 - Technical support services
- 71600000 - Technical testing, analysis and consultancy services
- 98110000 - Services furnished by business, professional and specialist organisations
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
Single Lot Framework to be established for the provision of IAEA SSR-6 Compliant Criticality Services pertinent to transport. The scope covers 5 disciplines of Criticality this being 1. Criticality Analysis, 2. Preparation of Criticality Assessments, 3. QA Check of Criticality Assessments, 4. Review and Approve Criticality Assessments and 5. Peer Review of Criticality Assessments.
two.2.5) Award criteria
Quality criterion - Name: Quality/Technical / Weighting: 70%
Price - Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £400,000
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 another 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: 6
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 000-020379
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 January 2022
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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
6 January 2022
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