|
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
Collection of radioactive waste [disposal of low level radioactive waste into a permitted landfill]
UK
Purchaser: UK Research and Innovation
20/12/2018 S245 - - Services - Contract notice - Open procedure I.II.III.IV.VI. United Kingdom-Oxfordshire: Collection of radioactive waste
2018/S 245-561384
Contract notice
Services
Legal Basis:
Directive 2014/24/EU Section I: Contracting authority
I.1) Name and addresses UK Research and Innovation Rutherford Appleton Laboratory, Harwell Campus Oxfordshire United Kingdom Contact person: Jacob Morris Telephone: +44 1793867005 E-mail: fmprocurement@uksbs.co.uk NUTS code: UKH12 Internet address(es):
Main address: www.uksbs.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: www.contractsfinder.service.gov.uk/ Additional information can be obtained from another address: Crown Commercial Services Ltd St Martins House, 1 Lyric Square London United Kingdom Telephone: +44 3450103503 E-mail: ExpressionOfInterest@crowncommercial.gov.uk NUTS code: UKI Internet address(es):
Main address: https://gpsesourcing.cabinetoffice.gov.uk
Tenders or requests to participate must be submitted electronically via: https://gpsesourcing.cabinetoffice.gov.uk Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://gpsesourcing.cabinetoffice.gov.uk I.4) Type of the contracting authority Body governed by public law I.5) Main activity Other activity: Public Procurement Section II: Object
II.1) Scope of the procurement II.1.1) Title: UKRI FM18190 Disposal of Low Level Radioactive Waste into a permitted Landfill
Reference number: FM18190 II.1.2) Main CPV code 90521100 II.1.3) Type of contract Services II.1.4) Short description: UK Shared Business Services Ltd (UK SBS), on behalf of UK Research and Innovation (UKRI), Science and Technology Facilities Council (STFC), wishes to engage a suitable and qualified supplier to take responsibility for the end to end disposal process for the collection of waste packages from RAL to final disposal at suitable disposal location(s). As part of the award of this Contract the successful supplier will be issued will call-off task orders for the regular disposal of solid radioactive waste of low specific activity.
UK SBS is managing this procurement process in accordance with the Public Contracts Regulations 2015 (as may be amended from time to time) (the “Regulations”).
This is a Services contract being procured under the OJEU Open Procedure regulations.
See Section I.3 for access to procurement documentation.
II.1.5) Estimated total value Value excluding VAT: 500 000.00 GBP II.1.6) Information about lots This contract is divided into lots: no II.2) Description II.2.1) Title: II.2.2) Additional CPV code(s) 90521300 90521100 90521400 II.2.3) Place of performance NUTS code: UKJ14 Main site or place of performance: Rutherford Appleton Laboratory, Harwell Campus, Didcot, OX11 0QX, UNITED KINGDOM
II.2.4) Description of the procurement: The ISIS Facility has a permit to accumulate radioactive waste at RAL and is currently holding various categories of radioactive waste in varying size and shape.
STFC are presently working through a planned reduction in the amount of waste held on site to satisfy the permit arrangements granted by the Environment Agency.
As part of this exercise a call-off contract is required for the regular disposal of solid radioactive waste of low specific activity. STFC are to engage a suitable and qualified bidder to take responsibility for the end to end disposal process for the collection of waste packages from RAL to final disposal at suitable disposal location(s).
All submissions will be assessed in accordance with the Public Contracts Regulations 2015, for procurement values that exceed Regulation 5 (Threshold amounts). This procurement will be managed electronically via the Crown Commercial Service's eSourcing Suite. To participate in this procurement, participants shall first be registered on the eSourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk/emptorisby following the link “Supplier eSourcing Registration”.
Please note that, to register, Bidders must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Note:registration may take some time please ensure that you allow a sufficient amount of time to register. Full instructions for registrations and use of the system can be found at https://www.gov.uk/government/publications/becomea-crown-commercial-service-supplier
Registered user can express an interest for a specific procurement. This is done by emailing ExpressionOfInterest@crowncommercial.gov.uk Your email must clearly state: the name and reference for the procurement you wish to register for; Your organisations full name as a registered supplier; the name and contact details for the registered individual sending the e-mail. Crown Commercial Service (CCS) will process the email and then enable the Bidder to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done. As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event.
Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information applicable to this opportunity.
For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service (CCS) Helpdesk (Not UK SBS Ltd): Freephone: 0345010 3503 e-mail: eenablement@crowncommercial.gov.uk
The Contracting Authority expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the procurement; and in no circumstances will the Contracting Authority be liable for any costs incurred by any Supplier. If the Contracting Authority decides to enter into a Contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded.
Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of Bidders.
See Section I.3 for access to procurement documentation.
II.2.5) Award criteria Criteria below Quality criterion - Name: Quality / Weighting: 70.00 % Price - Weighting: 30.00 % II.2.6) Estimated value Value excluding VAT: 500 000.00 GBP II.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: This contract has the option to be extended for a further year.
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 a single operator 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: 30/01/2019 Local time: 10:00 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: 3 (from the date stated for receipt of tender) IV.2.7) Conditions for opening of tenders Date: 30/01/2019 Local time: 11:00 Section VI: Complementary information
VI.1) Information about recurrence This is a recurrent procurement: no VI.2) Information about electronic workflows Electronic ordering will be used Electronic invoicing will be accepted Electronic payment will be used VI.3) Additional information: The Contracting Authority expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the procurement; and in no circumstances will the Contracting Authority be liable for any costs incurred by any Supplier. If the Contracting Authority decides to enter into a Contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of Bidders. All submissions will be assessed in accordance with the Public Contracts Regulations 2015, for procurement values that exceed Regulation 5 (Threshold amounts)
The sourcing documents can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in I.3
VI.4) Procedures for review VI.4.1) Review body UK Shared Business Services Ltd Polaris House, North Star Avenue Swindon SN2 1FF United Kingdom E-mail: Policy@uksbs.co.uk Internet address: www.uksbs.co.uk
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: 18/12/2018
http://ted.europa.eu/, TED database, © European Communities, 1995-2018.
|
|