Contract notice
Directive 2014/24/EU - Public Sector Directive
Directive 2014/24/EU
Section I: Contracting Change
entity
I.1) Name and addresses
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=11965&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=11965&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
Overhaul of Class 68/88 Wheelsets
II.1.2) Main CPV code
50221300
II.1.3) Type of contract
Services
II.1.4) Short description
The contracting authority operates a fleet of 44 Class 68 and Class 88 locomotives which require periodic Wheelset Overhaul and Gearbox overhaul service.
II.1.5) Estimated total value
Value excluding VAT: 2 000 000.00 GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
50000000
50221100
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The contracting authority operates a fleet of 44 Class 68 and Class 88 locomotives which require periodic Wheelset Overhaul and Gearbox overhaul service.
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: 2 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 17
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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:
11/10/2019
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
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
11/10/2019
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
High Court of England
London
UK
VI.4.2) Body responsible for mediation procedures
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.5) Date of dispatch of this notice
29/08/2019