Section one: Contracting authority
one.1) Name and addresses
ENVIRONMENT AGENCY (Defra Network eTendering Portal)
Seacole Building, 2 Marsham Street
London
SW1P 4DF
Contact
Nick Kynman
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
Buyer's address
https://defra-family.force.com/s/Welcome
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://defra-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned 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
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Radioactive Substances Regulation - Ad-hoc Monitoring and Technical Support Framework
Reference number
C22428
two.1.2) Main CPV code
- 71700000 - Monitoring and control services
two.1.3) Type of contract
Services
two.1.4) Short description
Radioactive Substances Regulation - Ad-hoc Monitoring and Technical Support Framework
Lot 1 Monitoring of Radioactivity
Lot 2 Radioactive Substances Regulation: Research, Development, Evidence and Analysis
a. Sub Lot 2.1 Radiological Impact Assessment (from past or future discharges)
b. Sub Lot 2.2 Environmental Radiological Protection
c. Sub Lot 2.3 Waste Management and Decommissioning
two.1.5) Estimated total value
Value excluding VAT: £1,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 - Monitoring of Radioactivity
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 71700000 - Monitoring and control services
- 71600000 - Technical testing, analysis and consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 1 Monitoring of Radioactivity – this has two components:
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.
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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £350,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 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
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Sub Lot 2.1 - Radiological Impact Assessment (from past or future discharges)
Lot No
Lot 2.1
two.2.2) Additional CPV code(s)
- 71313410 - Risk or hazard assessment for construction
- 90711000 - Environmental impact assessment other than for construction
- 90722200 - Environmental decontamination services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 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
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Sub Lot 2.2 - Environmental Radiological Protection
Lot No
Lot 2.2
two.2.2) Additional CPV code(s)
- 71621000 - Technical analysis or consultancy services
- 90711000 - Environmental impact assessment other than for construction
- 90713000 - Environmental issues consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £425,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 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
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Sub Lot 2.3 - Waste Management and Decommissioning
Lot No
Lot 2.3
two.2.2) Additional CPV code(s)
- 71621000 - Technical analysis or consultancy services
- 90713000 - Environmental issues consultancy services
- 71317000 - Hazard protection and control consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £425,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 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
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Intelligence from market engagement. The initial term is 4 years so any extensions taken will be reviewed prior.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 February 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
14 February 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Body
N/A
N/A
N/A
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
six.4.2) Body responsible for mediation procedures
Public Procurement Review Body
N/A
N/A
N/A
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
six.4.4) Service from which information about the review procedure may be obtained
Public Procurement Review Body
N/A
N/A
N/A
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit