Euratom Radioactivity Monitoring Programme for the UK 2018
This notice covers 2 components required for Euratom Radioactivity Monitoring Programmes for the UK (excluding Scotland) contracts managed by the Environment Agency.
United Kingdom-London: Environmental monitoring other than for construction
2018/S 185-418384
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
17 Nobel House
London
SW1P 3JR
United Kingdom
Telephone: +44 2072385921
E-mail: carol.caddick@environment-agency.gov.uk
NUTS code: UK
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Euratom Radioactivity Monitoring Programme for the UK
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This notice covers 2 components required for Euratom Radioactivity Monitoring Programmes for the UK (excluding Scotland) contracts managed by the Environment Agency. The tender will comprise of
— Lot 1: Chemical and Radiochemical Analysis of Public Drinking Water Sources and
— Lot 2: Monitoring of Radioactivity in Air and Rainwater.
The services required include sampling and monitoring at a range of third party monitoring sites included in the programme; laboratory based chemical and radiochemical analysis of the samples taken;reporting of results. The Lots will be awarded as independent contracts at the end of the tender exercise.
II.1.5)Estimated total value
II.1.6)Information about lots
The award of Lots will be based on the most economically advantageous tender (MEAT) for each Lot. Award may be to a single supplier for each Lot or to a single contractor for both Lots if they provide the MEAT for both Lots.
II.2.1)Title:
Chemical and Radiochemical Analysis of Public Drinking Water Soures
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
England and Wales
II.2.4)Description of the procurement:
For the Public Drinking Water Sources component the Contractor is required to liaise with Water Company /Utilities staff for the collection of samples on the programme in England and Wales. Currently Water Company /Utilities staff undertake the sampling and the contractor provides sample containers and transportation between the sampling locations and the Contractor’s analytical laboratory. As well as looking at options to continue working in that way this contract will also explore the contractor using their own (or sub-contracted) staff to take the samples in liaison with Water Companies / Utilities. The Contractor is also required to undertake laboratory based chemical and radiochemical analyses of the water samples. The Contractor is required to provide the analytical results to the Environment Agency in the form of quarterly reports and upload the data into electronic reporting systems for the he EC and RIMNET.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Further contract opportunity notices will be published approximately 12 months prior to the end of this contract.
II.2.9)Information about the limits on the number of candidates to be invited
Pre-qualification questionnaire.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Monitoring of Radioactivity in Air and Rainwater
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
England, Wales and Northern Ireland
II.2.4)Description of the procurement:
For the Air and Rainwater component. The Contractor is required to ensure sampling equipment, currently high volume air samplers and rainwater collectors, based at a number of sites across England Wales and Northern Ireland, is kept in working order (including annual PAT testing and calibration) and ensure arrangements are maintained with local contacts who change filters and dispatch all samples. The Contractor will be responsible for setting up suitable sample transportation arrangements. The Contractor is also required to undertake laboratory based radiochemical analyses of the high volume air filters and rainwater samples. The Contractor will be required to provide the analytical results to he Environment Agency in the form of quarterly reports and upload the data into electronic reporting systems for the EC and RIMNET.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Further contract notices will be published approximately 12 months prior to the end of this contract.
II.2.9)Information about the limits on the number of candidates to be invited
Pre-qualification questionnaire.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.5)Information about negotiation
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
48 months
VI.2)Information about electronic workflows
VI.3)Additional information:
Other contracting authorities: This framework is primarily intended to meet the needs of the Environment Agency. The Environment Agency may require the successful bidder(s) to provide the goods/services on the same terms that are agreed as a result of this tender to the Department for Environment, Food and Rural Affairs, and to its associated bodies including any Agencies and non-departmental public bodies and others (the Defra Group). The Agency may also require the provision of the goods/services to members of the aforementioned Defra Group via the Environment Agency, rather than directly. A full list of the Defra Group can be found at:
https://www.gov.uk/government/organisations#department-for-environment-food-rural-affairs
The successful bidder(s) may also be required to provide the services to local authorities in England and Wales. A full list may be found at http://local.direct.gov.uk/Data/
Similarly, the successful bidder(s) may be required to supply the Northern Ireland Environment Agency and Natural Resources Wales, the successful bidder(s) may also be required to provide the services to Central Government departments, executive agencies, and other NDPBs. Full lists can be found at:
https://www.gov.uk/government/organisations
https://www.gov.uk/government/publications/public-bodies-2014
VI.4.1)Review body
Bristol
United Kingdom
VI.4.3)Review procedure
The Authority will incorporate a minimum 10 calendar day standstill period following electronic notification (minimum of 15 calendar days for any other means of communication) to unsuccessful applicants of the award decision. Applicants who are unsuccessful shall be informed by the Authority as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. The Public Contracts Regulations 2015 (SI 2015 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the Contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Authority to pay a fine, and/or order that the duration of the Contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
The Environment Agency expressly reserves the right:
(i) not to award or enter into any contract as a result of the procurement process commenced by the publication of this notice;
(ii) to make whatever changes it may see fit to the content and structure of the tendering competition;
(iii) to award one or more public contract(s) in relation to part only of the requirements covered by this notice; and/or
(iv) to award a contract(s) in stages.
In no circumstances will the Environment Agency be liable for any costs incurred by the Applicants/Tenderers and their associated parties. Any expenditure, work or effort undertaken prior to Contract award is accordingly a matter solely for the commercial judgement of potential Applicants and the Environment Agency will not be responsible for any such expenditure.
VI.5)Date of dispatch of this notice: