Opportunity

Framework for Provision of Ad-Hoc Environmental Radioactivity Monitoring and Radiological Assessments

  • Scottish Environment Protection Agency

F02: Contract notice

Notice reference: 2021/S 000-031573

Published 17 December 2021, 11:15am



The closing date and time has been changed to:

4 February 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Scottish Environment Protection Agency

Strathallan House, Castle Business Park

Stirling

FK9 4TZ

Email

supplier.communications@sepa.org.uk

Telephone

+44 1786457700

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.sepa.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11302

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publiccontractsscotland.gov.uk/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Framework for Provision of Ad-Hoc Environmental Radioactivity Monitoring and Radiological Assessments

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

SEPA has a requirement to place a contract with external service providers for the provision of Framework for Provision of Ad-Hoc Environmental Radioactivity Monitoring and Radiological Assessments. The framework is required to facilitate the undertaking of additional or complimentary environmental radioactivity monitoring and/or radiological assessments as the need arises. This allows SEPA the flexibility, for example, to investigate any new exposure pathways identified in the radiological habits surveys or compliment the annual environmental radioactivity monitoring programme with additional monitoring data. It also allows SEPA to address any new issues that may arise, for example, responding to environmental incidents or addressing issues relating to land affected by radioactive contamination. This is a standby contract and is in addition to an environmental radioactivity monitoring programme which will be procured separately.

The contract will be for a period of 36 months with the option to extend for an additional 12 months.

two.1.5) Estimated total value

Value excluding VAT: £200,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Ad-Hoc Environmental Radioactivity Monitoring

Lot No

1

two.2.2) Additional CPV code(s)

  • 90700000 - Environmental services
  • 90711500 - Environmental monitoring other than for construction
  • 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
  • 90521000 - Radioactive waste treatment services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

SEPA is seeking tenders from suitably qualified and experienced organisations wishing to be included on a list of contractors to bid for ad-hoc environmental radioactivity monitoring projects.

The services that may be required include ad-hoc environmental radioactivity monitoring consisting of the collection of a wide variety of sample types from any location in Scotland and/or the radiological analysis of a wide variety of sample types for a wide range of radionuclides

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Price - Weighting: 30

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Initial 36 month period with option to extend by a further 12 months.

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) Description

two.2.1) Title

Ad-Hoc Radiological Assessments

Lot No

2

two.2.2) Additional CPV code(s)

  • 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
  • 90700000 - Environmental services
  • 90711500 - Environmental monitoring other than for construction

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

SEPA is seeking tenders from suitably qualified and experienced organisations wishing to be included on a list of contractors to bid for ad-hoc radiological assessment projects.

The services that may be required include ad-hoc radiological assessments consisting of prospective and/or retrospective radiological dose assessments for assessing the impact of the nuclear and/or non-nuclear industries on humans and/or the environment.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Price - Weighting: 30

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Initial 36 month period with option to extend by further 12 months.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As per procurement documentation.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Please refer to the statements below when completing section 4B of the SPD (Scotland).

Minimum level(s) of standards possibly required

4B.1.1

In relation to 4B.1.1 bidders are required to have a general turnover of GBP 300000 per annum for the previous three (3) years.

4B.4

In relation to 4B.4 Tenderers are required to confirm they meet two of the following ratios:

- Profitability – this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio;

- Liquidity – this is calculated as current assets, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio;

- Gearing – this is calculated as the total external secured borrowing (i.e. debt) divided by Total Assets expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio. Tenderers are required to pass both of the ratios. Where a Tenderer does not pass both of the ratios their bid will be rejected or SEPA may take account of the mitigating circumstances detailed within the procurement documentation.

In relation to 4B.5.1a and 4B.5.1b Tenderers are required to confirm they have or confirm they will obtain the following insurances:

- Professional indemnity insurance - GBP3,000,000

- Employer’s liability insurance - GBP5,000,000

- Public liability insurance - GBP5,000,000

three.1.3) Technical and professional ability

List and brief description of selection criteria

Please refer to the statements below when completing sections 4C and 4D of the SPD (Scotland).

Minimum level(s) of standards possibly required

In relation to 4C.1.2 Tenderers are required to provide details of three (3) projects for which they provided services of a similar scale and scope and which completed in the previous three years.

In relation to 4D.1 the Tenderer must hold UKAS Accreditation (ISO/IEC 17025:2005) Certificate and Schedule: For UKAS accredited bidders, please include a copy of your organisations, or where relevant, consortium members and/or named sub-contractors, UKAS Accreditation Certificate(s) and Schedule(s) with your tender response.

OR

Laboratory Quality Management System: For non-UKAS accredited bidders, please provide details of your organisations, or where relevant, consortium members and/or named sub-contractors, laboratory quality management system including laboratory quality assurance and quality control procedures.

In relation to 4D.1 the Tenderer must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent (please refer to the procurement documentation for further guidance)).

The Tenderer must hold a UKAS (or equivalent(please refer to the procurement documentation for further guidance)), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.

In relation to 4D.2 the Tenderer must hold a UKAS (or equivalent (please refer to the procurement documentation for further guidance)) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent (please refer to the procurement documentation for further guidance)) or a valid EMAS (or equivalent (please refer to the procurement documentation for further guidance)) certificate

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As per procurement documentation.

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 10

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

Originally published as:

Date

28 January 2022

Local time

12:00pm

Changed to:

Date

4 February 2022

Local time

12:00pm

See the change notice.

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: 28 July 2022

four.2.7) Conditions for opening of tenders

Date

28 January 2022

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Circa 36 months from Contract Award Notice

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=671459.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(SC Ref:671459)

six.4) Procedures for review

six.4.1) Review body

Court of Session

Parliament Square

Edinburgh

Country

United Kingdom