Opportunity

Contract for the Provision of Radiation Protection Advisor Services (with related operational support services and a Dosimetry Service)

  • Home Office

F02: Contract notice

Notice reference: 2021/S 000-023745

Published 23 September 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Home Office

Folkestone

Email

neil.humphries@homeoffice.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.gov.uk

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

www.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://homeoffice.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

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Contract for the Provision of Radiation Protection Advisor Services (with related operational support services and a Dosimetry Service)

Reference number

C8865

two.1.2) Main CPV code

  • 90721600 - Radiation protection services

two.1.3) Type of contract

Services

two.1.4) Short description

This Invitation to Tender (ITT) is being managed in two lots, both for Radiation Protection Advisory Services.

Lot 1 - The Home Office requires a radiation protection advisory service across all ports and airports in the UK and its Juxtaposed Ports in Europe to ensure it meets its legal requirements under the Ionising Radiation Regulations 2017 (IRR17). The requirement also includes provision of associated equipment (and its repair and calibration),a dosimetry service, training of staff on radiation issues, a 24-hour helpline and on-site attendance where requested. It may also include characterisation, transportation and disposal services for radioactive goods. The requirement is for a contract with a single supplier. HMRC will also be named as a Cluster member under the potential contract.

Lot 2 - The purpose of this procurement is to secure the services of a Radiological Protection Advisor to allow the Ministry of Justice as a public body, to use this Contract as and when required to satisfy its obligations under The Ionising Radiation Regulations 2017 (IRR17). As a Department of Her Majesty's Government of the UK, the Buyer exists to maintain and protect a justice system that builds a better society, supports a growing economy and protects the public.

The Buyer is at the heart of the justice system, working to protect and advance the principles of Justice. Our three largest agencies are:

• Her Majesty's Prison and Probation Service (HMPPS)

• Her Majesty's Courts and Tribunals Service (HMCTS)

• The Legal Aid Agency (LAA)

These agencies run vital public services including prisons, probation, courts, tribunals and legal aid.

Both Lots will be awarded a Contract that will be let and managed by the relevant Buyer.

Bidders are welcome to submit Tenders for both Lots, however in the event that they are the successful Bidder for both they can only be awarded one. The Bidders are asked to indicate their preference as part of their submission.

two.1.5) Estimated total value

Value excluding VAT: £4,750,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 1

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1 - Border Force & Her Majesty's Revenue & Customs Procurement of Radiological Protection Advisory Services (for which the Secretary of State for the Home Department will be named as Buyer)

Lot 2 - Ministry of Justice Procurement of Radiological Protection Advisory Service (for which the Secretary of State for Justice will be named as Buyer)

two.2) Description

two.2.1) Title

Border Force & Her Majesty's Revenue and Customs (HMRC) Procurement of Radiological Protection Advisory Services (for which the Secretary of State for the Home Department will be named as Buyer)

Lot No

1

two.2.2) Additional CPV code(s)

  • 90721600 - Radiation protection services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Secretary of State for the Home Department acting through Border Force requires the supply of Radiation Protection Advisor services to allow the Buyer and the Cluster Members to use this Contract as and when required to satisfy its obligations under the Ionising Radiation Regulations 2017 (IRR17).

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: £3,030,000

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

Duration in months

60

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

two.2.14) Additional information

Access to the event requires completion of a Non Disclosure Agreement.

two.2) Description

two.2.1) Title

Ministry of Justice Procurement of Radiological Protection Advisory Services (for which the Secretary of State for Justice will be named as Buyer)

Lot No

2

two.2.2) Additional CPV code(s)

  • 90721600 - Radiation protection services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Secretary of State of Justice, operating through his representative the Ministry of Justice requires the provision of Radiological Protection Advisory Services as outlined in the Statement of Requirements.

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: £1,720,000

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

Duration in months

60

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.1.2) 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.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

As stated in the tender documents

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

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: 2019/S 244-600327

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

Date

4 November 2021

Local time

11:59pm

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

5 November 2021

Local time

8:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 6 months

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

This procurement will be managed electronically via the Home Office’s eSourcing Portal

(JAGGAER). To participate in this procurement, participants must first be registered on the

eSourcing Portal.

If you have not yet registered on the eSourcing Portal, this can be done online at

https://homeoffice.app.jaggaer.com by following the link ‘To register click here’. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so.

Access to the event on the HO e-Sourcing Portal is restricted. Any Bidders who wish to take part and download the Tender Pack must first request a Non Disclosure Agreement from the event owner - neil.humphries@homeoffice.gov.uk. Entry will be allowed once the NDA has been signed by both the Buyer & the Bidder.

Bidders will need a valid registration to enter the e-Sourcing Portal. Registration and login details can be found using the link attached.

Once you have registered on the eSourcing Portal, a registered user can express an interest for a specific procurement. This is done by emailing neil.humphries@homeoffice.gov.uk .

Your email must clearly state: the name and reference for the procurement you wish to

register for; the name of the registered supplier; and the name and contact details for the

registered individual sending the email. The email will be processed and then the buyer will enable the supplier to access the procurement online via the eSourcing Portal. The

registered user will receive a notification email to alert them once this has been done.

For technical assistance on use of the eSourcing Portal please contact the JAGGAER

Supplier Helpdesk at customersupport@jaggaer.com or 0800 069 8630 (0800 - 1800hrs).

six.4) Procedures for review

six.4.1) Review body

Home Office

London

Country

United Kingdom