Section one: Contracting authority
one.1) Name and addresses
DEPARTMENT FOR ENVIRONMENT FOOD & RURAL AFFAIRS
Nobel House,17 Smith Square
LONDON
SW1P3JR
network.procurement@defra.gov.uk
Country
United Kingdom
NUTS code
UKI32 - Westminster
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
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
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
Independent Monitoring of Radioactivity in Effluent Samples
Reference number
36444
two.1.2) Main CPV code
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
two.1.3) Type of contract
Services
two.1.4) Short description
In support of its regulatory role under the Environmental Permitting Regulations 2016 (EPR 16), the Environment Agency carries out a programme of independent analysis of radioactive effluents from industrial premises (mainly nuclear licensed sites) in England and Wales. The programme is mainly focused on liquid effluent discharges, although there is a smaller amount of work associated with gaseous effluent discharges. This programme is managed by the Environment Agency's Reactor Assessment and Radiological Monitoring Team and the results are used in comparison with Operator data to ensure analytical standards are maintained.
The overall objective of the Independent Effluent Monitoring Programme is as follows:
To provide assurance, so far as is reasonably practicable, that the major discharges of liquid radioactive effluent to inland and coastal waters and sewers, which are declared by operators, are a true measure of the actual discharges within the 95% confidence limits of the sampling and analytical error.
Nuclear sites which are authorised by the Environment Agency under the Environmental Permitting Regulations 2016 (EPR 16) to discharge radioactive effluents (liquids and gaseous) are subject to requirements to carry out their own programme of self-monitoring as stipulated by the Environment Agency under the terms of their permit In order to provide assurances that operator self-monitoring arrangements are satisfactory, the Environment Agency carries out (via Contractors) a certain amount of independent check monitoring.
The Independent Effluent Monitoring Programme includes a schedule of effluent samples and analyses/determinands for each nuclear site. These schedules match with (or are a sub-set of) the sampling/analytical schedules carried out by the operator as part of their self-monitoring programmes.
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 overall objective of the Independent Effluent Monitoring Programme is as follows:
To provide assurance, so far as is reasonably practicable, that the major discharges of liquid radioactive effluent to inland and coastal waters and sewers, which are declared by operators, are a true measure of the actual discharges within the 95% confidence limits of the sampling and analytical error.
Nuclear sites which are authorised by the Environment Agency under the Environmental Permitting Regulations 2016 (EPR 16) to discharge radioactive effluents (liquids and gaseous) are subject to requirements to carry out their own programme of self-monitoring as stipulated by the Environment Agency under the terms of their permit In order to provide assurances that operator self-monitoring arrangements are satisfactory, the Environment Agency carries out (via Contractors) a certain amount of independent check monitoring.
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
Duration in months
102
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
2 2 option years
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.2.2) Time limit for receipt of tenders or requests to participate
Date
8 September 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: 1 November 2022
four.2.7) Conditions for opening of tenders
Date
9 September 2022
Local time
9:00am
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