Section one: Contracting authority
one.1) Name and addresses
DESNZ & DSIT Group Commercial Portal
London
Contact
Adejumoke Adetunji
Benjamin.OBrien@energysecurity.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-for-energy-security-and-net-zero
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://beisgroup.ukp.app.jaggaer.com/
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
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
https://beisgroup.ukp.app.jaggaer.com/
two.1.2) Main CPV code
- 98113100 - Nuclear safety services
two.1.3) Type of contract
Services
two.1.4) Short description
The UK is a contracting party to the Convention for the Protection of the Marine Environment of the North- East Atlantic (the ‘OSPAR Convention’). Under the OSPAR Convention the UK is required to submit this data on an annual basis. This requirement is contained within the OSPAR Radioactive Substances Strategy where it commits the OSPAR Commission to annually collect data on Concentration of Radionuclides in the Marine Environment. The UK is signed up to the OSPAR Convention (North-East Atlantic Environment 2030), NEAES2030 and so regular reporting is required in order to review progress towards the targets of the Radioactive Substances Strategy.
The programme of radiological surveillance work provides the source data (sample collection, analysis, and annual reporting) and therefore, the means to monitor and make an assessment of progress in line with the UK’s commitments towards OSPAR’s Radioactive Substances Strategy. This provides a framework for preventing and eliminating pollution in the North-East Atlantic, including the seas around the UK.
The work specified here forms part of a wider programme of work under OSPAR and is managed by The Department for Energy Security and Net Zero (DESNZ).
As part of the tender response Bidders will need to provide a more detailed breakdown of timings; suggested dates and timescales for different aspects of the project such as indicative dates of progress review meetings, submission of progress notes, timings for information collation and writing of the report etc.
Helpful links are listed below:
• OSPAR Radioactive Substances Strategy (covers nuclear and non-nuclear discharges): https://www.ospar.org/convention/strategy
• UK Strategy for Radioactive Discharges: https://www.gov.uk/government/publications/uk-strategy-for-radioactive-discharges-2018-review-of-the-2009-strategy
This procurement will be competed via open procurement. The service will run for 3 years with an optional 2 year extension.
The deadline for expressions of interest is the 03/06/24. If you are interested in this requirement and wish to be kept up-to-date, please register on the Department's Procurement Platform; Jaggaer - https:beisgroup.ukp.app.jaggaer.com/go/.
two.1.5) Estimated total value
Value excluding VAT: £220,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The UK is a contracting party to the Convention for the Protection of the Marine Environment of the North- East Atlantic (the ‘OSPAR Convention’). Under the OSPAR Convention the UK is required to submit this data on an annual basis. This requirement is contained within the OSPAR Radioactive Substances Strategy where it commits the OSPAR Commission to annually collect data on Concentration of Radionuclides in the Marine Environment. The UK is signed up to the OSPAR Convention (North-East Atlantic Environment 2030), NEAES2030 and so regular reporting is required in order to review progress towards the targets of the Radioactive Substances Strategy.
The programme of radiological surveillance work provides the source data (sample collection, analysis, and annual reporting) and therefore, the means to monitor and make an assessment of progress in line with the UK’s commitments towards OSPAR’s Radioactive Substances Strategy. This provides a framework for preventing and eliminating pollution in the North-East Atlantic, including the seas around the UK.
The work specified here forms part of a wider programme of work under OSPAR and is managed by The Department for Energy Security and Net Zero (DESNZ).
As part of the tender response Bidders will need to provide a more detailed breakdown of timings; suggested dates and timescales for different aspects of the project such as indicative dates of progress review meetings, submission of progress notes, timings for information collation and writing of the report etc.
Helpful links are listed below:
• OSPAR Radioactive Substances Strategy (covers nuclear and non-nuclear discharges): https://www.ospar.org/convention/strategy
• UK Strategy for Radioactive Discharges: https://www.gov.uk/government/publications/uk-strategy-for-radioactive-discharges-2018-review-of-the-2009-strategy
This procurement will be competed via open procurement. The service will run for 3 years with an optional 2 year extension.
The deadline for expressions of interest is the 03/06/24. If you are interested in this requirement and wish to be kept up-to-date, please register on the Department's Procurement Platform; Jaggaer - https:beisgroup.ukp.app.jaggaer.com/go/.
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
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
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 expressions of interest
Date
3 June 2024
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Not applicable
Not applicable
Country
United Kingdom