Section one: Contracting authority
one.1) Name and addresses
Defra Network eTendering Portal
Nobel House
London
SW1P 3JR
network.procurement@defra.gov.uk
Telephone
+44 2072385921
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://defra.bravosolution.co.uk/web/login.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://defra.bravosolution.co.uk/web/login.html
Tenders or requests to participate must be submitted to the above-mentioned address
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
Framework for a Radioactive Waste Quality Checking Service
two.1.2) Main CPV code
- 79723000 - Waste analysis services
two.1.3) Type of contract
Services
two.1.4) Short description
The objective of this work is to support the Environment Agencies throughout the UK (Environment Agency, Natural Resources Wales and Scottish Environment Protection Agency) in the business critical area of regulation of radioactive substances activities (including discharges and disposals of radioactive wastes) under the Environmental Permitting (England and Wales) Regulations (EPR-16) in England and Wales and the Environmental Authorisations (Scotland) Regulations 2018 (EASR) in Scotland. The Environment Agency will normally represent Natural Resources Wales as it undertakes nuclear regulation on their behalf.
There is a need to carry out verification checks on the existing wastes and new waste forms, which are suitable for surface disposal, being generated by the nuclear industry. Our waste quality checking service must be able to check all the anticipated forms of waste (lower activity wastes (e.g., LLW and short lived ILW) suitable for near surface disposal) effectively and efficiently at all locations where wastes arise, are treated or to which they are disposed. These will allow us to be confident that wastes are properly understood, and that consignors are using Best Available Techniques (BAT) to characterise their radioactive waste arisings.
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 No
1
two.2.2) Additional CPV code(s)
- 79723000 - Waste analysis services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The objective of this work is to support the Environment Agencies throughout the UK (Environment Agency, Natural Resources Wales and Scottish Environment Protection Agency) in the business critical area of regulation of radioactive substances activities (including discharges and disposals of radioactive wastes) under the Environmental Permitting (England and Wales) Regulations (EPR-16) in England and Wales and the Environmental Authorisations (Scotland) Regulations 2018 (EASR) in Scotland. The Environment Agency will normally represent Natural Resources Wales as it undertakes nuclear regulation on their behalf.
There is a need to carry out verification checks on the existing wastes and new waste forms, which are suitable for surface disposal, being generated by the nuclear industry. Our waste quality checking service must be able to check all the anticipated forms of waste (lower activity wastes (e.g., LLW and short lived ILW) suitable for near surface disposal) effectively and efficiently at all locations where wastes arise, are treated or to which they are disposed. These will allow us to be confident that wastes are properly understood, and that consignors are using Best Available Techniques (BAT) to characterise their radioactive waste arisings.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2022
End date
30 September 2026
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
3 x 12 months
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.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-003065
four.2.2) Time limit for receipt of tenders or requests to participate
Date
1 June 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
28 October 2022
Local time
5:00pm
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
Royal Courts of Justice
London
Country
United Kingdom