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

Radioactive Substances Regulation - Ad-hoc Monitoring and Technical Support Framework

  • First published: 05 January 2024
  • Last modified: 05 January 2024

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:
ocds-h6vhtk-042ace
Published by:
ENVIRONMENT AGENCY (Defra Network eTendering Portal)
Authority ID:
AA83469
Publication date:
05 January 2024
Deadline date:
14 February 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lot 1 Monitoring of Radioactivity – this has two components:<br/>a. To carryout ad-hoc monitoring of radioactive releases, environmental measurements and short-term investigations associated with all sites regulated by the Environment Agency as part of its duties under the Environmental Permitting Regulations 2016 (EPR 16) as amended. In general, this component of the framework contract will enable in situ measurements to be undertaken, sampling and analysis of radioactivity in the environment, and of radioactive materials in solid disposals or liquid or air emissions. This component is referred to as Investigative Monitoring throughout the rest of the document. The Investigative Monitoring capability provided by this framework would also be utilised by the Environment Agency in the event of a radiation emergency.<br/>b. Work of a more technical nature which may include, but not be limited to, providing advice on monitoring and analysis of radioactivity in the environment, expertise on radiological instrumentation and sampling/analytical method development. Work to be undertaken as part of this component is referred to as Specialist Technical Support.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

ENVIRONMENT AGENCY (Defra Network eTendering Portal)

Seacole Building, 2 Marsham Street

London

SW1P 4DF

UK

Contact person: Nick Kynman

E-mail: dgc.enquiries@defra.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs

Address of the buyer profile: https://defra-family.force.com/s/Welcome

I.3) Communication

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

https://defra-family.force.com/s/Welcome


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://defra-family.force.com/s/Welcome


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


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://defra-family.force.com/s/Welcome


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Environment

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Radioactive Substances Regulation - Ad-hoc Monitoring and Technical Support Framework

Reference number: C22428

II.1.2) Main CPV code

71700000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Radioactive Substances Regulation - Ad-hoc Monitoring and Technical Support Framework<br/><br/>Lot 1 Monitoring of Radioactivity<br/><br/>Lot 2 Radioactive Substances Regulation: Research, Development, Evidence and Analysis<br/>a. Sub Lot 2.1 Radiological Impact Assessment (from past or future discharges)<br/>b. Sub Lot 2.2 Environmental Radiological Protection<br/>c. Sub Lot 2.3 Waste Management and Decommissioning

II.1.5) Estimated total value

Value excluding VAT: 1 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: Lot 1

II.2.1) Title

Lot 1 - Monitoring of Radioactivity

II.2.2) Additional CPV code(s)

71700000

71600000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 1 Monitoring of Radioactivity – this has two components:<br/>a. To carryout ad-hoc monitoring of radioactive releases, environmental measurements and short-term investigations associated with all sites regulated by the Environment Agency as part of its duties under the Environmental Permitting Regulations 2016 (EPR 16) as amended. In general, this component of the framework contract will enable in situ measurements to be undertaken, sampling and analysis of radioactivity in the environment, and of radioactive materials in solid disposals or liquid or air emissions. This component is referred to as Investigative Monitoring throughout the rest of the document. The Investigative Monitoring capability provided by this framework would also be utilised by the Environment Agency in the event of a radiation emergency.<br/>b. Work of a more technical nature which may include, but not be limited to, providing advice on monitoring and analysis of radioactivity in the environment, expertise on radiological instrumentation and sampling/analytical method development. Work to be undertaken as part of this component is referred to as Specialist Technical Support.

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: 350 000.00  GBP

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

Start: 01/04/2024

End: 31/03/2031

This contract is subject to renewal: Yes

Description of renewals:

4 year initial term with x3 1 year options to extend - Total potential framework length of 7 years

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

Lot No: Lot 2.1

II.2.1) Title

Sub Lot 2.1 - Radiological Impact Assessment (from past or future discharges)

II.2.2) Additional CPV code(s)

71313410

90711000

90722200

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Sub Lot 2.1 Radiological Impact Assessment (from past or future discharges) - To carry out assessments into exposure of members of the public or non-human biota to radioactivity in the environment arising from gaseous or liquid discharges from nuclear sites (such as power stations) or from non-nuclear sites (such as hospitals and universities). From time-to-time work may be required to review data and provide updates to available assessment systems or approaches. The work will normally be office based, site visits are not normally required, although a familiarisation visit to the area around a particular site may be appropriate depending on the nature of the assessment. It is important that the outputs produced can be transferred to the Environment Agency in an appropriate format so they can be re-used by the Environment Agency with minimum difficulty.

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: 300 000.00  GBP

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

Start: 01/04/2024

End: 31/03/2031

This contract is subject to renewal: Yes

Description of renewals:

4 year initial term with x3 1 year options to extend - Total potential framework length of 7 years

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

Lot No: Lot 2.2

II.2.1) Title

Sub Lot 2.2 - Environmental Radiological Protection

II.2.2) Additional CPV code(s)

71621000

90711000

90713000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Sub Lot 2.2 Environmental Radiological Protection - To provide the Environment Agency with expert technical services to fill data gaps and improve our knowledge of the behaviour (transfer, migration, and mobility) of radioactivity in the environment and the impact of radioactivity on people and wildlife. The work will normally be office based, but site visits may occasionally be required depending on the nature of the project.

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: 425 000.00  GBP

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

Start: 01/04/2024

End: 31/03/2031

This contract is subject to renewal: Yes

Description of renewals:

4 year initial term with x3 1 year options to extend - Total potential framework length of 7 years

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

Lot No: Lot 2.3

II.2.1) Title

Sub Lot 2.3 - Waste Management and Decommissioning

II.2.2) Additional CPV code(s)

71621000

90713000

71317000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Sub Lot 2.3 Waste Management and Decommissioning - The objective for this sub-lot is to provide the Environment Agency with expert technical services which will improve our regulatory work relevant to the management of radioactive and non-radioactive wastes. This extends to the development of waste management strategies and environmental safety cases for waste disposal. The work will normally be office based, but site visits may occasionally be required depending on the nature of the project.

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: 425 000.00  GBP

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

Start: 01/04/2024

End: 31/03/2031

This contract is subject to renewal: Yes

Description of renewals:

4 year initial term with x3 1 year options to extend - Total potential framework length of 7 years

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Justification for any framework agreement duration exceeding 4 years: Intelligence from market engagement. The initial term is 4 years so any extensions taken will be reviewed prior.

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 14/02/2024

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: 14/02/2024

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

Public Procurement Review Body

N/A

N/A

N/A

UK

E-mail: publicprocurementreview@cabinetoffice.gov.uk

Internet address(es)

URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

VI.4.2) Body responsible for mediation procedures

Public Procurement Review Body

N/A

N/A

N/A

UK

E-mail: publicprocurementreview@cabinetoffice.gov.uk

Internet address(es)

URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

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

Public Procurement Review Body

N/A

N/A

N/A

UK

E-mail: publicprocurementreview@cabinetoffice.gov.uk

Internet address(es)

URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

VI.5) Date of dispatch of this notice

04/01/2024

Coding

Commodity categories

ID Title Parent category
90722200 Environmental decontamination services Environmental rehabilitation
90711000 Environmental impact assessment other than for construction Environmental management
90713000 Environmental issues consultancy services Environmental management
71317000 Hazard protection and control consultancy services Consultative engineering and construction services
71700000 Monitoring and control services Architectural, construction, engineering and inspection services
71313410 Risk or hazard assessment for construction Environmental engineering consultancy services
71621000 Technical analysis or consultancy services Analysis services
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection 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:
dgc.enquiries@defra.gov.uk
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.