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

Approved Dosimetry Services (ADS)

  • First published: 21 September 2022
  • Last modified: 21 September 2022

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-0369c5
Published by:
CTM Portal for the NDA Shared Services Alliance
Authority ID:
AA76370
Publication date:
21 September 2022
Deadline date:
01 November 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Approved Dosimetry Services (ADS)

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

CTM Portal for the NDA Shared Services Alliance

01002607

Calder Bridge

Seascale

CA20 1PG

UK

Contact person: Caroline Milner

E-mail: caroline.j.milner@magnoxsites.com

NUTS: UK

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.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=15861&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=15861&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 Decommissioning

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Approved Dosimetry Services (ADS)

Reference number: FRM 0100

II.1.2) Main CPV code

71900000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Approved Dosimetry Services (ADS)

II.1.5) Estimated total value

Value excluding VAT: 7 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 4

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 - External Dosimetry

II.2.2) Additional CPV code(s)

71317200

79996100

90711500

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Approved Dosimetry Services (ADS)

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: 3 600 000.00  GBP

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

Start: 03/07/2023

End: 30/06/2028

This contract is subject to renewal: Yes

Description of renewals:

3 years plus 2 optional 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: Yes

Description of options:

3 years plus 2 optional years

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

Refer to ITT documents

Lot No: 2

II.2.1) Title

Lot 2 Internal Dosimetry

II.2.2) Additional CPV code(s)

71317200

79996100

90711500

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Approved Dosimetry Services (ADS)

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: 2 500 000.00  GBP

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

Start: 03/07/2023

End: 30/06/2028

This contract is subject to renewal: Yes

Description of renewals:

3 years duration (3 years with 2 year optional period) with expectation that this service will continue to be required at the end of this period, if this is the case then a new call for competition will be initiated.

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: Yes

Description of options:

3 plus 2 optional years

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

Refer to ITT documents

Lot No: 3

II.2.1) Title

Lot 3 Bio Assay

II.2.2) Additional CPV code(s)

71317200

79996100

90711500

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Approved Dosimetry Services (ADS)

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: 900 000.00  GBP

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

Start: 03/07/2023

End: 30/06/2028

This contract is subject to renewal: Yes

Description of renewals:

3 years duration (3 years with 2 year optional period) with expectation that this service will continue to be required at the end of this period, if this is the case then a new call for competition will be initiated.

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: Yes

Description of options:

3 years plus 2 optional years

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

Refer to ITT documents

Lot No: 4

II.2.1) Title

Lot 4 Record Keeping

II.2.2) Additional CPV code(s)

71317200

79996100

90711500

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Approved Dosimetry Services (ADS)

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: 500 000.00  GBP

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

Start: 03/07/2023

End: 30/06/2028

This contract is subject to renewal: Yes

Description of renewals:

3 years duration (3 years with 2 year optional period) with expectation that this service will continue to be required at the end of this period, if this is the case then a new call for competition will be initiated.

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: Yes

Description of options:

3 years plus 2 optional

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

Refer to ITT documents

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:

As per requirements of SQ & ITT documents

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

III.2.2) Contract performance conditions

As per requirements of SQ & ITT documents

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: Yes

IV.2) Administrative information

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

Date: 01/11/2022

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: 20/06/2023

IV.2.7) Conditions for opening of tenders

Date: 01/11/2022

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

Royal Courts of Justice

Strand

London

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

London

UK

Internet address(es)

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

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

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

Magnox Ltd

Oldbury Technical Centre

Thornbury, South Glos

BS35 1RQ

UK

VI.5) Date of dispatch of this notice

20/09/2022

Coding

Commodity categories

ID Title Parent category
90711500 Environmental monitoring other than for construction Environmental impact assessment other than for construction
71317200 Health and safety services Hazard protection and control consultancy services
71900000 Laboratory services Architectural, construction, engineering and inspection services
79996100 Records management Business organisation 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:
caroline.j.milner@magnoxsites.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.