Opportunity

UKAEA H3AT - RGM ARM

  • United Kingdom Atomic Energy Authority

F02: Contract notice

Notice reference: 2022/S 000-010880

Published 27 April 2022, 10:09pm



Section one: Contracting authority

one.1) Name and addresses

United Kingdom Atomic Energy Authority

Culham Science Centre

Abingdon

OX14 3DB

Contact

Abigail Woods

Email

abigail.woods@ukaea.uk

Country

United Kingdom

NUTS code

UKJ14 - Oxfordshire

National registration number

N/A

Internet address(es)

Main address

http://www.gov.uk/government/organisations/uk-atomic-energy-authority

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/72814

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=46416&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=46416&B=UK

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Fusion Research


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

UKAEA H3AT - RGM ARM

Reference number

T/AW035/22

two.1.2) Main CPV code

  • 38341600 - Radiation monitors

two.1.3) Type of contract

Supplies

two.1.4) Short description

This RFP covers The United Kingdom Atomic Energy Authority (“the Authority’s”) requirement for the Airborne Radiological Monitoring System (ARM), part of the Radiological and Gas Monitoring System (RGM) subsystem.

The requirement is further described within the specification issued with these RFP Notices and Instructions.

two.1.5) Estimated total value

Value excluding VAT: £420,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31620000 - Sound or visual signalling apparatus
  • 38100000 - Navigational and meteorological instruments
  • 38122000 - Barometers
  • 38126300 - Temperature or humidity surface observing apparatus
  • 38128000 - Meteorology instrument accessories
  • 38341000 - Apparatus for measuring radiation
  • 38341200 - Radiation dosimeters
  • 38420000 - Instruments for measuring flow, level and pressure of liquids and gases
  • 38423000 - Pressure-measuring equipment
  • 38423100 - Pressure gauges
  • 38424000 - Measuring and control equipment
  • 38430000 - Detection and analysis apparatus
  • 38431000 - Detection apparatus
  • 38431100 - Gas-detection apparatus
  • 38527100 - Ionization chamber dosimeters
  • 38527200 - Dosimeters
  • 38527300 - Secondary standard dosimetry systems
  • 38540000 - Machines and apparatus for testing and measuring
  • 38543000 - Gas-detection equipment
  • 38546000 - Explosives detection system
  • 38547000 - Dosimetry system
  • 38580000 - Non-medical equipment based on the use of radiations
  • 38800000 - Industrial process control equipment and remote-control equipment
  • 38900000 - Miscellaneous evaluation or testing instruments
  • 38940000 - Nuclear evaluation instruments
  • 38943000 - Beta counters
  • 38944000 - Beta gamma counters
  • 51000000 - Installation services (except software)
  • 51100000 - Installation services of electrical and mechanical equipment
  • 51110000 - Installation services of electrical equipment
  • 51112000 - Installation services of electricity distribution and control equipment
  • 51112100 - Installation services of electricity distribution equipment
  • 51112200 - Installation services of electricity control equipment
  • 51200000 - Installation services of equipment for measuring, checking, testing and navigating
  • 51210000 - Installation services of measuring equipment
  • 51220000 - Installation services of checking equipment
  • 51230000 - Installation services of testing equipment
  • 51430000 - Installation services of laboratory equipment
  • 51500000 - Installation services of machinery and equipment
  • 51510000 - Installation services of general-purpose machinery and equipment
  • 51700000 - Installation services of fire protection equipment
  • 51900000 - Installation services of guidance and control systems
  • 71300000 - Engineering services
  • 71320000 - Engineering design services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71323000 - Engineering-design services for industrial process and production
  • 71326000 - Ancillary building services
  • 71330000 - Miscellaneous engineering services
  • 71334000 - Mechanical and electrical engineering services
  • 71336000 - Engineering support services
  • 71340000 - Integrated engineering services
  • 71350000 - Engineering-related scientific and technical services
  • 71700000 - Monitoring and control services
  • 71900000 - Laboratory services
  • 73000000 - Research and development services and related consultancy services
  • 73100000 - Research and experimental development services
  • 73120000 - Experimental development services
  • 73300000 - Design and execution of research and development
  • 90721600 - Radiation protection services

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire

two.2.4) Description of the procurement

This RFP covers The United Kingdom Atomic Energy Authority (“the Authority’s”) requirement for the Airborne Radiological Monitoring System (ARM), part of the Radiological and Gas Monitoring System (RGM) subsystem.

The requirement is further described within the specification issued with these RFP Notices and Instructions.

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: £420,000

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

Start date

30 June 2022

End date

31 December 2022

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: 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Refer to Procurement Documents for information.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Refer to Procurement Documents for information.

Minimum level(s) of standards possibly required

Refer to Procurement Documents for information.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Refer to Procurement Documents for information.

Minimum level(s) of standards possibly required

Refer to Procurement Documents for information.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Refer to Procurement Documents for information.


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: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-021271

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

Date

3 June 2022

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

Tender must be valid until: 3 September 2022

four.2.7) Conditions for opening of tenders

Date

3 June 2022

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

UK Atomic Energy Authority

Culham Science Centre

Abingdon

OX14 3DB

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/uk-atomic-energy-authority

six.4.2) Body responsible for mediation procedures

UK Atomic Energy Authority

Culham Science Centre

Abingdon

OX14 3DB

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/uk-atomic-energy-authority

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

VI.4.2)Body responsible for mediation procedures

VI.4.3)Review procedure

Precise information on deadline(s) for review procedures:

The authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers.

This period allows unsuccessful tenderers to seek further debriefing from the authority before a contract is entered into applicants have 2 working days from the notification of the award decision to request. Additional debriefing and that information have to be provided within a minimum of 3 working days before the expiry of the standstill period. Such additional information should be sought from the contact named in this notice.

If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2015 (SI 2015 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

Any such action must be brought promptly.

(generally within 3 months).

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

UK Atomic Energy Authority

Culham Science Centre

Abingdon

OX14 3DB

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/uk-atomic-energy-authority