|
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.
|
|