Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Ship Management Services

  • First published: 30 October 2020
  • Last modified: 30 October 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
International Nuclear Services
Authority ID:
AA78242
Publication date:
30 October 2020
Deadline date:
23 November 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

International Nuclear Services (INS) has a requirement for the provision of ship management services for the management of the PNTL fleet of three INF3 certified vessels.

INS reserves the right to increase the fleet in line with business requirements during the term of the contract.

It is INS's intention to procure the ship management service from one supplier.

The appointed ship manager is to provide a full ship management service including technical and crew management services. The ship manager will be expected to ensure that the fleet is fit for voyages 100 % of the time. They will be expected to take full responsibility of the fleets maintenance programs including the specific physical protection equipment that exist aboard the fleet.

The ship manager will maintain compliance with the Nuclear Industry Security Regulations 2003 (NISR 2003), including all amendments which means

— Hold ‘List N’ status to enable the processing, storage and exchange of sensitive nuclear information (SNI) protectively marked up to UK Secret, in line with Regulation 22 of NISR 2003. Further information can be sought from www.onr.gov.uk/cnss/regulation-of-sensitive-nuclear-information-list-n.htm which includes the regulatory expectations of achieving this required standard.

— Maintain PNTL’s Class A carrier status in line with Part 3 (Regulations 13 to 21) of NISR 2003 by delivering compliance with all

Relevant supporting regulatory expectations including, most notably, the UK’s Security Assessment Principles (SyAPs) for PNTL. Further information can be sought from www.onr.gov.uk/syaps/index.htm which includes free and open access to the SyAPS regulations.

Further detail is provided in the SQ document.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

International Nuclear Services

1144352

Hinton House, Risley

Warrington

WA3 6GR

UK

Contact person: Christina Colgan

Telephone: +44 1925802641

E-mail: Christina.colgan@innuserv.com

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/case-studies/shared-services-alliance-ssa-for-nuclear-decommissioning-estate

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13042&B=SELLAFIELD


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13042&B=SELLAFIELD


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Nuclear transport services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Ship Management Services

Reference number: Ship Management Services

II.1.2) Main CPV code

60640000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Appointment of a ship manager to provide technical and crew management services to PNTL.

II.1.5) Estimated total value

Value excluding VAT: 59 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

34510000

34512000

34512400

50111000

63726600

90521400

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Barrow.

II.2.4) Description of the procurement

International Nuclear Services (INS) has a requirement for the provision of ship management services for the management of the PNTL fleet of three INF3 certified vessels.

INS reserves the right to increase the fleet in line with business requirements during the term of the contract.

It is INS's intention to procure the ship management service from one supplier.

The appointed ship manager is to provide a full ship management service including technical and crew management services. The ship manager will be expected to ensure that the fleet is fit for voyages 100 % of the time. They will be expected to take full responsibility of the fleets maintenance programs including the specific physical protection equipment that exist aboard the fleet.

The ship manager will maintain compliance with the Nuclear Industry Security Regulations 2003 (NISR 2003), including all amendments which means

— Hold ‘List N’ status to enable the processing, storage and exchange of sensitive nuclear information (SNI) protectively marked up to UK Secret, in line with Regulation 22 of NISR 2003. Further information can be sought from www.onr.gov.uk/cnss/regulation-of-sensitive-nuclear-information-list-n.htm which includes the regulatory expectations of achieving this required standard.

— Maintain PNTL’s Class A carrier status in line with Part 3 (Regulations 13 to 21) of NISR 2003 by delivering compliance with all

Relevant supporting regulatory expectations including, most notably, the UK’s Security Assessment Principles (SyAPs) for PNTL. Further information can be sought from www.onr.gov.uk/syaps/index.htm which includes free and open access to the SyAPS regulations.

Further detail is provided in the SQ document.

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

Value excluding VAT: 59 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Selection questions will comprise of some pass/fail technical questions. Failing a question will result in an applicant being disqualified from the procurement.

See procurement documents for further details.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Duration is for five (5) years. Option to extend for two twenty-four (24) month periods.

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

The anticipated value is GBP 59 000 000.00 over the full duration of the contract including the option to extend for two twenty-four (24) month periods.

All correspondence shall be via a Complete Tender Management (CTM) portal. Applicants who successfully pass the SQ stage will be required to enter into a confidentiality agreement prior to the issue of further procurement documentation.

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

List and brief description of conditions:

See agreement terms and conditions (to be issued after SQ stage).

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

See invitation to submit initial tender document to be issues at a later date.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 23/11/2020

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 31/12/2021

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.3) Additional information

INS shall not be liable for any costs or expenses incurred by any economic operator in connection with the completion and return of the information requested in this contract notice, or in the completion or submission of any tender.

INS reserves the right to change without notice the procedure for awarding the contract, to reject all or any bids for the contract; to terminate discussions with any or all interested tenderers and/or to stop the process and not award a contract at any time without liability on its part. Tenders and all supporting documentation for the contract must be priced in sterling.

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

Strand

London

UK

Internet address(es)

URL: http://www.justice.gov.uk

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 days standstill period from the date information on award of contract is communicated to tenderers.

VI.4.4) Service from which information about the review procedure may be obtained

INS

Warrington

WA3 7AG

UK

VI.5) Date of dispatch of this notice

23/10/2020

Coding

Commodity categories

ID Title Parent category
34512400 Cargo ships Ships and similar vessels for the transport of persons or goods
50111000 Fleet management, repair and maintenance services Repair and maintenance services of motor vehicles and associated equipment
63726600 Ship-operating services Miscellaneous water transport support services
60640000 Shipping operations Water transport services
34510000 Ships Ships and boats
34512000 Ships and similar vessels for the transport of persons or goods Ships
90521400 Transport of radioactive waste Radioactive waste treatment services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Christina.colgan@innuserv.com
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.