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