Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Capenhurst Nuclear Services Ltd
Capenhurst Lane, Nr Chester, Cheshire
For the attention of: Matt Earp / Ian simcock
CH1 6ER Capenhurst
UNITED KINGDOM
Telephone: +44 1513473618 / +44 1513473682
E-mail: matt.earp@cns.uk.net, ian.simcock@cns.uk.net
Fax: +44 1513473001
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
Other: Contracting Authority
I.3)Main activity
Other: Management of Uranic Materials, Decommissioning and Recycling
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
CNS 00051 – Provision of Safety Case Support
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Main site or location of works, place of delivery or of performance: Capenhurst Site
NUTS code UKD22
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 6
Duration of the framework agreement
Duration in months: 72
Justification for a framework agreement, the duration of which exceeds four years: Require 6 year duration in support of ongoing Site Projects, to provide continuity through to their completion.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 500 000 and 2 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The provision of Safety Case Support for Nuclear New Build, safety case support to both minor and significant modifications to existing plant, and involvement in the Long Term Periodic Reviews (LTPR) of safety for older facilities.
II.1.6)Common procurement vocabulary (CPV)
71310000, 71317000, 71317210
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
All safety assessment skills are required to support the production of the nuclear safety cases including, but not limited to, radiological safety assessment, nuclear criticality analysis, chemotoxic consequence assessment, radiation shielding, human factors and nuclear fire assessment. Key areas/ personnel required to support this work include, but are not limited to:
Safety Case Managers;
Safety Assessors;
Specialist Safety Case Support;
Independent Peer Review;
Specialist Support;
Engineering Substantiation.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 72 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Parent Company Guarantees may be required at Capenhurst Nuclear Services Ltd’s discretion.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment terms will be as stated in Capenhurst Nuclear Services Ltd’s RFQ documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No legal form is required, but in the event of a group of contractors submitting an acceptable offe (at RFQ stage) it will be necessary to provide an undertaking that each Company or Firm will be lointly and severally responsible for the due performance of the contract.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: All documents and information required at Request for Information (RFI) and Request for Quotation (RFQ) stage shall be sent via e-mail to the contact points in I.1. Please note that CNS shall be introducing e-Tendering during RFI stage, ready for the isue of the RFQ. Further details to be provided to RFQ invities.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: All documents and information required at Request for Information (RFI) and Request for Quotation (RFQ) stage shall be sent via e-mail to the contact points in I.1. Please note that CNS shall be introducing e-Tendering during RFI stage, ready for the isue of the RFQ. Further details to be provided to RFQ invities.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: All documents and information required at Request for Information (RFI) and Request for Quotation (RFQ) stage shall be sent via e-mail to the contact points in I.1. Please note that CNS shall be introducing e-Tendering during RFI stage, ready for the isue of the RFQ. Further details to be provided to RFQ invities.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
All documents and information required at Request for Information (RFI) and Request for Quotation (RFQ) stage shall be sent via e-mail to the contact points in I.1. Please note that CNS shall be introducing e-Tendering during RFI stage, ready for the isue of the RFQ. Further details to be provided to RFQ invities.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 6
Objective criteria for choosing the limited number of candidates: First Stage RFI: Evaluation Criteria Weighting A) Part A – General Information 0 %, Part B to G – weighed Criteria as follows B) Commercial and Financial Standing 15 %; C) Environment, Health and Safety 15 %; D) Quality 15 %; E) Technical Capability 35 %; F) Past Performance & Experience 20 %.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
CNS 00051
IV.3.2)Previous publication(s) concerning the same contract
no
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
8.5.2014 – 13:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
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
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Capenhurst Nuclear Services Ltd
Capenhurst Works, Capenhurst, nr Chester, Cheshire
CH1 6ER Capenhurst
UNITED KINGDOM
E-mail: ian.simcock@cns.uk.net
Telephone: +44 1513473682
Internet address: http://www.capenhurstnuclearservices.com
Fax: +44 1513473001
Body responsible for mediation procedures
The International Chamber of Commerce
UNITED KINGDOM
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Shall be in accordance with the provisions of Regulation 32 of the Public Contracts Regulations 2006.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
1.4.2014