- Scope of the procurement
- Lot 1. 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 2. Ministry of Justice Procurement of Radiological Protection Advisory Services (for which the Secretary of State for Justice will be named as Buyer)
Section one: Contracting authority
one.1) Name and addresses
Home Office
Folkestone
neil.humphries@homeoffice.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
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