Section one: Contracting authority
one.1) Name and addresses
Scottish Environment Protection Agency
Strathallan House, Castle Business Park
Stirling
FK9 4TZ
supplier.communications@sepa.org.uk
Telephone
+44 1786457700
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
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