Contract

Maintenance of Radiometric Hardware and Software Systems and Associated Services

  • CTM Portal for the NDA Shared Services Alliance

F03: Contract award notice

Notice identifier: 2022/S 000-030578

Procurement identifier (OCID): ocds-h6vhtk-037d71

Published 28 October 2022, 5:03pm



Section one: Contracting authority

one.1) Name and addresses

CTM Portal for the NDA Shared Services Alliance

Calder Bridge

Seascale

CA20 1PG

Contact

Martin Ellicott

Email

Martin.x.ellicott@sellafieldsites.com

Telephone

+44 7855149009

Country

United Kingdom

Region code

UKD1 - Cumbria

National registration number

01002607

Internet address(es)

Main address

https://www.gov.uk/government/case-studies/shared-services-alliance-ssa-for-nuclear-decommissioning-estate

Buyer's address

https://sharedsystems.eu-supply.com/ctm/Company/CompanyInformation/Index/3510

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Nuclear Decommissioning


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Maintenance of Radiometric Hardware and Software Systems and Associated Services

Reference number

Mirion 3YR Maintenance Service 4610002785

two.1.2) Main CPV code

  • 50410000 - Repair and maintenance services of measuring, testing and checking apparatus

two.1.3) Type of contract

Services

two.1.4) Short description

Delivery ongoing service and maintenance (and routine breakdown maintenance) work for Mirion Radiometric Hardware and Software systems and associated services covering, but not limited to the following

- Offsite and onsite repair, maintenance and overhaul of radiometric and environmental monitoring/sampling systems and other specialist equipment, including Lab-Impex and Berthold products and systems.

This equipment is typically used at Sellafield for the measurement and quantification of radiation and contamination (including environmental, stack and building ventilation systems). - This scope includes, but is not limited to technical support, aging and obsolescence (A&O) support and the provision of spares and associated services, including training.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £1,388,576.45

two.2) Description

two.2.2) Additional CPV code(s)

  • 90520000 - Radioactive-, toxic-, medical- and hazardous waste services

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria

two.2.4) Description of the procurement

The contract was awarded to the supplier (Mirion) to maintain an ongoing maintenance service for Mirion specific radiometric equipment covering the provision of hardware and software components, service and support, specialist maintenance, breakdown visits and return of base items of equipment for repair.

The supplier also retain the intellectual property rights (IPR) including copyright and patents for the COTS EMS and RPI systems and items, bespoke hardware and software

two.2.5) Award criteria

Quality criterion - Name: NA / Weighting: 100

Price - Weighting: NA

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The services can be provided only by a particular economic operator for the following reason:
    • protection of exclusive rights, including intellectual property rights

Explanation:

The service provider retains the Intellectual Property Rights (IPR) for items and would restrict the ability of another economic operator to provide the works/ supplies with justification for the making of a direct award on the grounds of Regulation 32(2)(b)(iii) PCR (the protection of exclusive rights, including intellectual property rights), subject to accompanying legal advice. Regulation 32(2)(b)(ii) PCR (competition is absent for technical reasons) also applies.

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract

Contract No

1

Title

Mirion 3YR Maintenance Service - Maintenance of Radiometric Hardware and Software Systems and Associated Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 September 2022

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Mirion Technologies (Canberra UK) Limited

Oxfordshire

OX11 0RL

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £1,388,576.45


Section six. Complementary information

six.3) Additional information

The service provider retains the Intellectual Property Rights (IPR) for items and would restrict the ability of another economic operator to provide the works/ supplies with justification for the making of a direct award on the grounds of Regulation 32(2)(b)(iii) PCR (the protection of exclusive rights, including intellectual property rights), subject to accompanying legal advice. Regulation 32(2)(b)(ii) PCR (competition is absent for technical reasons) also applies.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

London

Country

United Kingdom

Internet address

http://www.justice.gov.uk

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

London

London

Country

United Kingdom

Internet address

http://www.justice.gov.uk

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures:

Any appeals should be promptly brought to the attention of the contact specified in Section I above, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescales specified by the applicable law, including without limitation, the Public Contracts Regulations 2015. In accordance with the Public Contracts Regulations 2015, the Contracting Authority will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.

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

Sellafield

Seascale

Country

United Kingdom