Environmental Services Framework Sellafield
Number of participants to the framework agreement envisaged: 5.
United Kingdom-Seascale: Environmental services
2015/S 099-180166
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Sellafield Ltd
01002607
Cumbria
For the attention of: Karina Pellow
CA20 1PG Seascale
UNITED KINGDOM
E-mail: karina.g.pellow@sellafieldsites.com
Internet address(es):
General address of the contracting authority: http://www.sellafieldsites.com
Address of the buyer profile: https://sharedsystems.eu-supply.com/ctm/Supplier/CompanyInformation/Index/3510
Electronic access to information: https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=8384&B=SELLAFIELD
Electronic submission of tenders and requests to participate: https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=8384&B=SELLAFIELD
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: At Sellafield‘s sites.
NUTS code UKD11
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Number of participants to the framework agreement envisaged: 5
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 3 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Please note that any clarifications sent outside CTM will not be considered.
II.1.6)Common procurement vocabulary (CPV)
90700000, 90711000, 90711400, 90711500, 90714000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Further information is available in the tender documents which can be located on the CTM system.
Estimated value excluding VAT: 3 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: As per the KPIs specified in the Scoping document.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Tenderers will be required to provide information as requested via Sellafield Ltd‘s system, details of which are set out in section 1.1 of this notice. These details are a mandatory requirement for being eligible to participate in this tender.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: In approx. 4 year‘s time.
VI.2)Information about European Union funds
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
Sellafield Ltd
Banna Court, Ingwell Drive, Westlakes Science Park
CA24 3HW Moor Row
UNITED KINGDOM
Internet address: http://www.sellafieldsites.com
Body responsible for mediation procedures
London Court of International Arbitration
70 Fleet Street
EC4 1EU London
UNITED KINGDOM
E-mail: lcia@lcia.org
Telephone: +44 2079367007
Fax: +44 2079367008
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
As VI.4.1
VI.5)Date of dispatch of this notice: