Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
International Nuclear Services
1144352
Hinton House
Warrington
RISLEY
UK
Contact person: Christina Colgan
Telephone: +44 1925802641
E-mail: Christina.colgan@innuserv.com
NUTS: UKD
Internet address(es)
Main address: https://www.gov.uk/government/case-studies/shared-services-alliance-ssa-for-nuclear-decommissioning-estate
Address of the buyer profile: https://sharedsystems.eu-supply.com/ctm/Company/CompanyInformation/Index/3510
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: Nuclear Shipping Services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Framework Agreement for the Provision of Transport Safety Case Support Services
Reference number: AM0819
II.1.2) Main CPV code
44421722
II.1.3) Type of contract
Services
II.1.4) Short description
The framework agreement will consist of five lots:
Lot 2: Shielding and Dosing;
Lot 3: Safety Case — Thermal including Computation fluid Dynamics (CDF);
Lot 4: Safety Case — Structural including finite Element Analysis (FEA) Impact;
Lot 5: Safety Case — Technical Author;
Lot 6: Safety Case — Peer Review.
Lot 1 — Safety Case — Criticality was withdrawn from the framework.
Along with radioactive waste management (RWM) and direct rail services (DRS) will be able to utilise and call-off the services to the framework agreement.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
1 500 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1: Safety Case — Criticality
II.2.2) Additional CPV code(s)
71241000
71356300
79314000
II.2.3) Place of performance
NUTS code:
UKD
Main site or place of performance:
Warrington.
II.2.4) Description of the procurement
Provision of scientific services to support the buyers design and licensing activities for packages containing radioactive fissile materials.
II.2.5) Award criteria
Quality criterion: Technical
/ Weighting: 70 %
Price
/ Weighting:
30 %
II.2.11) Information about options
Options:
Yes
Description of options:
See the ‘Invitation to Tender’ document in the tender pack for full details.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Lot 2: Shielding and Dose
II.2.2) Additional CPV code(s)
71241000
71356300
79314000
92312213
II.2.3) Place of performance
NUTS code:
UKD
Main site or place of performance:
Warrington.
II.2.4) Description of the procurement
The transport of radioactive materials (RAM) is governed by the International Atomic Energy Agency (IAEA) Regulations [1]. These regulations cover design, licensing and operation of RAM transport packages. The regulations define dose limits for RAM transport packages during normal conditions of transport (NCT) and modified limits following accident conditions of transport (ACT). Shielding assessments are required to calculate the dose emitted from packages carrying specific RAM contents.
II.2.5) Award criteria
Quality criterion: Technical
/ Weighting: 70 %
Quality criterion: Technical
/ Weighting: 70 %
Price
/ Weighting:
30 %
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Lot 3: Safety Case — Thermal including Computation
II.2.2) Additional CPV code(s)
71241000
71356300
79314000
92312213
II.2.3) Place of performance
NUTS code:
UKD
Main site or place of performance:
Warrington.
II.2.4) Description of the procurement
Provision of finite element analysis services to support the Buyers design and licensing activities for packages containing radioactive materials. Scope is to include thermal analysis of nuclear packages, containers and components thereof, thermal stress analysis of such equipment and the provision of specialised computational fluid dynamics (CFD) methodology to analyse and predict thermal currents and temperatures in complex shapes such as ships’ holds.
II.2.5) Award criteria
Quality criterion: Technical
/ Weighting: 70 %
Price
/ Weighting:
30 %
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4
II.2.1) Title
Lot 4: Safety Case — Structural including Finite Element
II.2.2) Additional CPV code(s)
71241000
71356300
79314000
92312213
II.2.3) Place of performance
NUTS code:
UKD
Main site or place of performance:
Warrington.
II.2.4) Description of the procurement
Provision of FEA to support the buyers design and licensing team.
II.2.5) Award criteria
Quality criterion: Technical
/ Weighting: 70 %
Price
/ Weighting:
30 %
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 5
II.2.1) Title
Lot 5: Safety Case — Technical Author
II.2.2) Additional CPV code(s)
71241000
71356300
79314000
92312213
II.2.3) Place of performance
NUTS code:
UKD
Main site or place of performance:
Warrington.
II.2.4) Description of the procurement
The supplier will be required to compose clear and coherent technical information relating to aspects of radioactive material transport by determining the clearest and most logical way to present information and instructions for optimum reader understanding.
II.2.5) Award criteria
Quality criterion: Technical
/ Weighting: 70 %
Price
/ Weighting:
30 %
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 6
II.2.1) Title
Lot 6: Safety Case — Peer Review
II.2.2) Additional CPV code(s)
71241000
71356300
79314000
92312213
II.2.3) Place of performance
NUTS code:
UKD
Main site or place of performance:
Warrington.
II.2.4) Description of the procurement
The supplier will be required to provide suitably qualified and experienced personnel to provide a documented, critical review of the buyers prepared safety case or any other documents. Such review will include an in-depth and independent appraisal of assumptions, calculations, methodology, and acceptance criteria used in the buyers safety case. To highlight conclusions and confirm adequacy of the original package of work.
II.2.5) Award criteria
Quality criterion: Technical
/ Weighting: 70 %
Price
/ Weighting:
30 %
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
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
IV.1.8) Information about 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
Notice number in the OJ S:
2019/S 160-394594
Section V: Award of contract
Contract No: 1
Title: Lot 1: Safety Case — Criticality
A contract/lot is awarded:
No
V.1 Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section V: Award of contract
Contract No: 2
Title: Lot 2: Shielding and Dose
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
11/05/2020
V.2.2) Information about tenders
Number of tenders received: 11
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Atkins Ltd
Woodcote Grove, Epsom
Surrey
KT18 5BW
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 250 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Contract No: 3
Title: Lot 3: Safety Case inc.CFD
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
11/05/2020
V.2.2) Information about tenders
Number of tenders received: 9
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Atkins Ltd and MMI Engineering
UK
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 250 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Contract No: 4
Title: Lot 4: Safety Case — Structural inc. FEA
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
11/05/2020
V.2.2) Information about tenders
Number of tenders received: 11
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Frazer Nash
Devonport Royal Dockyard, Devonport
Plymouth
PL1 4SG
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 250 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Contract No: 5
Title: Lot 5: Safety Case — Technical Author
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
11/05/2020
V.2.2) Information about tenders
Number of tenders received: 8
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Atkins Ltd
Surrey
KT18 5BW
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 250 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Contract No: 6
Title: Lot 6: Safety Case — Peer Review
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
11/05/2020
V.2.2) Information about tenders
Number of tenders received: 9
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Cavendish nuclear and Ebeni Ltd
UK
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 250 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The anticipated value range is between GBP 500 000 and GBP 1 500 00 over 4 years across the framework.
VI.4) Procedures for review
VI.4.1) Review body
International Nuclear Services Ltd
Hinton House
Warrington
WA3 6GR
UK
Telephone: +44 1925802586
E-mail: Christina.colgan@innuserv.com
Internet address(es)
URL: www.innuserv.com
VI.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand
London
UK
Internet address(es)
URL: http://www.justice.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Any appeals should be promptly brought to the attention of the contact specified in section I) above and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescales specified by the applicable law, including without limitation, the Public Contracts Regulations 2015. In accordance with the Public Contracts Regulations 2015, the contracting authority will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.
VI.5) Date of dispatch of this notice
01/06/2020