Business
Opportunities /
Tenders
by product
by date
subscribe
Find Suppliers
sourcing services
Terms of Use
© 2002 NuclearMarket
|Home | Members | Free Trial | Contact Us|


IMPORTANT NOTE:
The notice below may have expired - To receive our email alerts in the future please click here for a free trial.

Procurement Notice Details

Safety consultancy services (nuclear) - framework agreement [amendment]
UK

Purchaser: National Nuclear Laboratory
Website link: http://www.nuclearmarket.com/proc/msk.cfm?id=76880

03/05/2018 S85 - - Services - Contract notice - Open procedure
I.II.III.IV.VI.
United Kingdom-Risley: Safety consultancy services

2018/S 085-191635

Contract notice

Services

Directive 2014/24/EU
Section I: Contracting authority

I.1)
Name and addresses
National Nuclear Laboratory
Risley
United Kingdom
Contact person: Michael Jones
Telephone: +44 1925289958
E-mail: Michael.A.Jones@nnl.co.uk
NUTS code: UK
Internet address(es):

Main address: http://www.nnl.co.uk/

I.2)
Information about joint procurement
I.3)
Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.nnl.co.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)
Type of the contracting authority
Body governed by public law
I.5)
Main activity
Other activity: Nuclear
Section II: Object

II.1)
Scope of the procurement
II.1.1)
Title:
Framework Agreement for the Provision of Safety Consultancy Services (Nuclear)

Reference number: NNL000333
II.1.2)
Main CPV code
79417000
II.1.3)
Type of contract
Services
II.1.4)
Short description:
NNL have a requirement for third party Safety Consultancy services to support operations. Currently these requirements are fulfilled through an existing suite of framework agreements, awarded in 2013 and further extended in 2016, however there is a need to approach the market again. Since moving to Contracting Authority status in 2017 NNL are now required to competitively tender all above threshold supplier needs in accordance with OJEU Procurement Regulations.

Quite often, the need for NNL to enlist Safety Consultancy support is client driven so having pre-qualified, commercially viable suppliers improves NNL’s speed of response. Multi-supplier frameworks will allow NNL to be agile enough to meet client needs without having to conduct multiple Procurements adhering to OJEU timescales.

NNL’s approach will be to award a number of framework agreements against four defined Lots, on a two years plus one plus one basis. Suppliers who are successfully selected to a framework will then be i.

II.1.5)
Estimated total value
Value excluding VAT: 2 000 000.00 GBP
II.1.6)
Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 4
II.2)
Description
II.2.1)
Title:
Lot 1: Criticality and Shielding — Safety Consultancy

Lot No: 1
II.2.2)
Additional CPV code(s)
79417000
II.2.3)
Place of performance
NUTS code: UK
II.2.4)
Description of the procurement:
As per tender documents.

II.2.5)
Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)
Estimated value
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
Two one year extensions permitted.

II.2.10)
Information about variants
Variants will be accepted: no
II.2.11)
Information about options
Options: no
II.2.12)
Information about electronic catalogues
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)
Additional information
II.2)
Description
II.2.1)
Title:
Lot 2: Chemotoxic and Radiological — Safety Consultancy

Lot No: 2
II.2.2)
Additional CPV code(s)
79417000
II.2.3)
Place of performance
NUTS code: UK
II.2.4)
Description of the procurement:
As per tender documents.

II.2.5)
Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)
Estimated value
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
2 1 year extensions permitted.

II.2.10)
Information about variants
Variants will be accepted: no
II.2.11)
Information about options
Options: no
II.2.12)
Information about electronic catalogues
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)
Additional information
II.2)
Description
II.2.1)
Title:
Lot 3: Human Factors — Safety Consultancy

Lot No: 3
II.2.2)
Additional CPV code(s)
79417000
II.2.3)
Place of performance
NUTS code: UK
II.2.4)
Description of the procurement:
As per tender documents.

II.2.5)
Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)
Estimated value
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
2 1 year extensions permitted.

II.2.10)
Information about variants
Variants will be accepted: no
II.2.11)
Information about options
Options: no
II.2.12)
Information about electronic catalogues
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)
Additional information
II.2)
Description
II.2.1)
Title:
Lot 4: Nuclear Fire Assessment — Safety Consultancy

Lot No: 4
II.2.2)
Additional CPV code(s)
79417000
II.2.3)
Place of performance
NUTS code: UK
II.2.4)
Description of the procurement:
As per tender documents.

II.2.5)
Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)
Estimated value
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
2 1 year extensions permitted.

II.2.10)
Information about variants
Variants will be accepted: no
II.2.11)
Information about options
Options: no
II.2.12)
Information about electronic catalogues
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)
Additional information
Section III: Legal, economic, financial and technical information

III.1)
Conditions for participation
III.1.1)
Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)
Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)
Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)
Information about reserved contracts
III.2)
Conditions related to the contract
III.2.1)
Information about a particular profession
III.2.2)
Contract performance conditions:
III.2.3)
Information about staff responsible for the performance of the contract
Section IV: Procedure

IV.1)
Description
IV.1.1)
Type of procedure
Open procedure
IV.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: 10
IV.1.4)
Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)
Information about electronic auction
IV.1.8)
Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)
Administrative information
IV.2.1)
Previous publication concerning this procedure
IV.2.2)
Time limit for receipt of tenders or requests to participate
Date: 06/06/2018
Local time: 14:00
IV.2.3)
Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)
Languages in which tenders or requests to participate may be submitted:
English
IV.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)
IV.2.7)
Conditions for opening of tenders
Date: 07/06/2018
Local time: 10:00
Section VI: Complementary information

VI.1)
Information about recurrence
This is a recurrent procurement: no
VI.2)
Information about electronic workflows
VI.3)
Additional information:
VI.4)
Procedures for review
VI.4.1)
Review body
National Nuclear Laboratory
Risley
United Kingdom
VI.4.2)
Body responsible for mediation procedures
VI.4.3)
Review procedure
VI.4.4)
Service from which information about the review procedure may be obtained
VI.5)
Date of dispatch of this notice:
01/05/2018



http://ted.europa.eu/, TED database, © European Communities, 1995-2018.