II.1)
Scope of the procurement
Health Physics Services
Reference number:
SSA0086
90721600
-
Radiation protection services
Services
II.1.4)
Short description
This opportunity is a collaborative procurement for a number of
Participating Entities of the UK Nuclear Decommissioning Authority Estate
(Listed in Section II.2.4 for Lot 1) and Other UK Public funded organisations
(Listed in Section II.2.4 for Lot 1) for the provision of:
Lot 1) Health physicists including Radiation Protection Advisers to provide
health physics advice and training to staff, subcontractors and visitors;
Lot 2) Health physics monitoring surveyors resource and other health
physics support resource, without portable metrology including manual
assistance in decommissioning and waste management operations; and
Lot 3) Health physics monitoring surveyors resource and other health
physics support resource supplied with portable metrology instruments
including manual assistance in decommissioning and waste management
operations.
II.1.6)
Information about lots
This contract is divided into lots:
yes
II.1.7)
Total value of the procurement
Value excluding VAT:
107000000.00
GBP
Lot 1 Health Physics Professional Services
Lot No:
1
II.2.2)
Additional CPV code(s)
71700000
-
Monitoring and control services
II.2.3)
Place of performance
NUTS code:
UK -
UNITED KINGDOM
Main site or place of performance:
Any Nuclear Decommissioning Authority funded site or organisation (PEs as listed in II.2.4) and any other UK Public Funded Organisation location (Listed in II.2.4)
II.2.4)
Description of the procurement
Provision of Health physicists including Radiation Protection Advisers to
provide health physics advice and training to the Participating Entities and
other UK Public Funded Organisations. The full scope of services is set out
in the Invitation to Tender.
The Participating Entities (PEs) of the Nuclear Decommissioning Authority
Estate are:
1) Dounreay Site Restoration Limited (DSRL), Caithness, Scotland.
2) LLW Repository Limited,Cumbria, England,
3) Magnox Limited comprising twelve sites:
I. Berkeley, Gloucestershire, England;
II. Bradwell, Essex, England;
III. Chapelcross, Dumfriesshire, Scotland;
Dungeness A, Kent, England;
V. Hinkley A, Somerset, England;
VI. Hunterston A, Ayrshire, Scotland;
VII. Oldbury, Gloucestershire, England;
VIII. Sizewell A, Suffolk, England;
IX. Trawsfynydd, North Wales;
X. Wylfa, Anglesey, Wales,
XI. Harwell, Abingdon, Oxfordshire
XII. Winfrith, Dorset
4) Sellafield Limited, Cumbria, England,
The other UK Public Funded Organisations listed below:
1) National Nuclear Laboratory Limited, Cumbria, England,
2) Atomic Weapons Establishment PLC, Aldermaston, Reading, Berkshire
3) Public Health England, London, England
4) Home Office, London, England
5) United Kingdom Atomic Energy Authority Limited, Abingdon, Oxfordshire
This procurement process will be conducted under in accordance with the
Open Procedure pursuant to Regulation 27 of the Public Contracts
Regulations 2015.
The contact details for Magnox Limited to obtain further information and
tender requirements are set out in Section I.1 of this notice.
Please note that all communication must be made via the messaging
function in the Complete Tender Management (“CMT”) system, which is the
electronic portal being used by Magnox Limited for this procurement.
The estimated value of spend across the three Lots (Lots 1, 2 and 3) is
projected to value between £71,000,000.00 and £107,000,000.00 (seventy
one million and one hundred and seven million pounds).
The estimated value of this Lot (Lot 1) is projected to value between
£12,000,000.00 and £18,000,000.00 (twelve million and eighteen million
pounds).
A maximum of 3 suppliers will be awarded framework contracts under this
Lot.
Criteria below
Quality criterion
-
Name:
Delivery Team Capability
/
Weighting:
25
Quality criterion
-
Name:
Service & Delivery
/
Weighting:
25
Quality criterion
-
Name:
Support to Socio-economic Community Benefit
/
Weighting:
10
Cost criterion
-
Name:
Compliance with Terms and Conditions and
/
Weighting:
Pass / Fail
Cost criterion
-
Name:
rice and Commercial Data – Completion of
/
Weighting:
30
Cost criterion
-
Name:
fficiencies & Innovation Proposals
/
Weighting:
10
II.2.11)
Information about options
Options:
no
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Lot 2 - Health Physics Monitors without Portable Metrology
Lot No:
2
II.2.2)
Additional CPV code(s)
71700000
-
Monitoring and control services
II.2.3)
Place of performance
NUTS code:
UK -
UNITED KINGDOM
Main site or place of performance:
Any Nuclear Decommissioning Authority funded site or organisation (PEs as listed in II.2.4) and any other UK Public Funded Organisation location (Listed in II.2.4)
II.2.4)
Description of the procurement
Provision of Health physics monitoring surveyors resources and other
health physics monitoring resources without portable metrology but to
include manual assistance in decommissioning and waste management
operations to the Participating Entities and other UK Public Funded
Organisations.
The full scope of services is set out in the Invitation to Tender.
The Participating Entities (PEs) of the Nuclear Decommissioning Authority
Estate are as listed above in Section II.2.4 for Lot 1.
The other UK Public Funded Organisations are as listed above in Section
II.2.4 for Lot 1.
This procurement process will be conducted under in accordance with the
Open Procedure pursuant to Regulation 27 of the Public Contracts
Regulations 2015.
The contact details for organisations to obtain further information and
tender requirements are set out in Section I.1 of this Notice.
Please note that all communication must be made via the messaging
function in the CTM system, which is the electronic portal being used by the
contracting authority for this procurement.
The estimated value of spend across the three Lots (Lots 1, 2 and 3) is
projected to value between £71,000,000.00 and £107,000,000.00 (seventy
one million and one hundred and seven million pounds).
The estimated value of this Lot (Lot 2) is projected to value between
£55,000,000.00 and £83,000,000.00 (fifty five million and eighty three
million pounds).
A maximum of 3 suppliers will be awarded framework contracts under this
Lot.
Criteria below
Quality criterion
-
Name:
Delivery Team Capability
/
Weighting:
25
Quality criterion
-
Name:
Service & Delivery
/
Weighting:
25
Quality criterion
-
Name:
Support to Socio-economic Community Benefit
/
Weighting:
10
Cost criterion
-
Name:
Compliance with Terms and Conditions and
/
Weighting:
Pass / Fail
Cost criterion
-
Name:
Price and Commercial Data – Completion of
/
Weighting:
30
Cost criterion
-
Name:
Efficiencies & Innovation Proposals
/
Weighting:
10
II.2.11)
Information about options
Options:
no
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Lot 2 - Health Physics Monitors with Portable Metrology
Lot No:
3
II.2.2)
Additional CPV code(s)
71700000
-
Monitoring and control services
II.2.3)
Place of performance
NUTS code:
UK -
UNITED KINGDOM
Main site or place of performance:
Any Nuclear Decommissioning Authority funded site or organisation (PEs as listed in II.2.4) and any other UK Public Funded Organisation location (Listed in II.2.4)
II.2.4)
Description of the procurement
Provision of Health physics monitoring surveyors resources and other
health physics monitoring resources with portable metrology but to include
manual assistance in decommissioning and waste management operations
to the Participating Entities and other UK Public Funded Organisations.
The full scope of services is set out in the Invitation to Tender.
The Participating Entities (PEs) of the Nuclear Decommissioning Authority
Estate are as listed above in Section II.2.4 for Lot 1.
The other UK Public Funded Organisations are as listed above in Section
II.2.4 for Lot 1.
This procurement process will be conducted under in accordance with the
Open Procedure pursuant to Regulation 27 of the Public Contracts
Regulations 2015.
The contact details for organisations to obtain further information and
tender requirements are set out in Section I.1 of this Notice.
Please note that all communication must be made via the messaging
function in the CTM system, which is the electronic portal being used by the
contracting authority for this procurement.
The estimated value of spend across the three Lots (Lots 1, 2 and 3) is
projected to value between £71,000,000.00 and £107,000,000.00 (seventy one million and one hundred and seven million pounds).
The estimated value of this Lot (Lot 3) is projected to value between
£4,000,000.00 and £6,000,000.00 (four million and 6 million pounds). A
maximum of 3 suppliers will be awarded framework contracts under this
Lot.
Criteria below
Quality criterion
-
Name:
Delivery Team Capability
/
Weighting:
25
Quality criterion
-
Name:
Service & Delivery
/
Weighting:
25
Quality criterion
-
Name:
upport to Socio-economic Community Benefit
/
Weighting:
10
Cost criterion
-
Name:
Compliance with Terms and Conditions and
/
Weighting:
Pass / Fail
Cost criterion
-
Name:
Price and Commercial Data – Completion of
/
Weighting:
30
Cost criterion
-
Name:
Efficiencies & Innovation Proposals
/
Weighting:
10
II.2.11)
Information about options
Options:
no
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no