Award

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

SCOTTISH ENVIRONMENT PROTECTION AGENCY

This public procurement record has 3 releases in its history.

Award

21 Apr 2022 at 08:44

Tender

10 Jan 2022 at 11:24

TenderUpdate

10 Jan 2022 at 11:24

Summary of the contracting process

The Scottish Environment Protection Agency (SEPA) has initiated a tender process for a Framework for the Provision of Ad-Hoc Environmental Radioactivity Monitoring and Radiological Assessments, classified under radioactive waste services. This procurement is currently in the Tender stage, with a contract period of 36 months, including an option to extend for an additional 12 months. The tender's submission period has been extended, now requiring responses by 4th February 2022. The contract aims to provide ongoing monitoring and assessments to accommodate potential environmental incidents affecting Scotland.

This tender presents an excellent opportunity for businesses operating in environmental services, particularly those specialising in radiological assessments and environmental monitoring. Organisations with expertise in handling hazardous waste, both large firms and small to medium-sized enterprises (SMEs), would find this tender particularly relevant. Successful bidders will need to demonstrate technical expertise and compliance with specified insurance requirements, which indicates a focus on quality and reliability in delivering essential environmental services.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

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

Notice 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.

Lot Information

Ad-Hoc Environmental Radioactivity Monitoring

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

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

Ad-Hoc Radiological Assessments

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.

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

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0302cc
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/010341-2022
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

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

90521000 - Radioactive waste treatment services

90700000 - Environmental services

90711500 - Environmental monitoring other than for construction

Notice Value(s)

Tender Value
£200,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£31,300 Under £100K

Notice Dates

Publication Date
21 Apr 20223 years ago
Submission Deadline
28 Jan 2022Expired
Future Notice Date
Not specified
Award Date
10 Apr 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Circa 36 months from Contract Award Notice

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SCOTTISH ENVIRONMENT PROTECTION AGENCY
Contact Name
Not specified
Contact Email
supplier.communications@sepa.org.uk
Contact Phone
+44 1786457700

Buyer Location

Locality
STIRLING
Postcode
FK9 4TZ
Post Town
Falkirk and Stirling
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM0 Eastern Scotland
Small Region (ITL 3)
TLM02 Perth and Kinross, and Stirling
Delivery Location
TLM Scotland

Local Authority
Stirling
Electoral Ward
Stirling North
Westminster Constituency
Stirling and Strathallan

Supplier Information

Number of Suppliers
4
Supplier Names

ABERDEEN RADIATION PROTECTION SERVICES

CERAP

RSK ENVIRONMENT

UNIVERSITY OF STIRLING

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0302cc-2022-04-21T09:44:23+01:00",
    "date": "2022-04-21T09:44:23+01:00",
    "ocid": "ocds-h6vhtk-0302cc",
    "description": "(SC Ref:690200)",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-0302cc",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Framework for Provision of Ad-Hoc Environmental Radioactivity Monitoring and Radiological Assessments",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "90520000",
            "description": "Radioactive-, toxic-, medical- and hazardous waste services"
        },
        "mainProcurementCategory": "services",
        "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.",
        "value": {
            "amount": 200000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "title": "Ad-Hoc Environmental Radioactivity Monitoring",
                "description": "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",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Initial 36 month period with option to extend by a further 12 months."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "2",
                "title": "Ad-Hoc Radiological Assessments",
                "description": "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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Initial 36 month period with option to extend by further 12 months."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90711500",
                        "description": "Environmental monitoring other than for construction"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90520000",
                        "description": "Radioactive-, toxic-, medical- and hazardous waste services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90521000",
                        "description": "Radioactive waste treatment services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90520000",
                        "description": "Radioactive-, toxic-, medical- and hazardous waste services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90711500",
                        "description": "Environmental monitoring other than for construction"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk/",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "As per procurement documentation.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Please refer to the statements below when completing section 4B of the SPD (Scotland).",
                    "minimum": "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",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Please refer to the statements below when completing sections 4C and 4D of the SPD (Scotland).",
                    "minimum": "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",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "As per procurement documentation.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 10
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-01-28T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2022-07-28T23:59:59+01:00"
            }
        },
        "awardPeriod": {
            "startDate": "2022-01-28T12:30:00Z"
        },
        "bidOpening": {
            "date": "2022-01-28T12:30:00Z"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "Circa 36 months from Contract Award Notice"
        },
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2022-01-28T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2022-02-04T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2022-07-28"
                        },
                        "newValue": {
                            "date": "2022-08-04"
                        },
                        "where": {
                            "section": "IV.2.6",
                            "label": "Minimum time frame during which the tenderer must maintain the tender"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2022-01-28T12:30:00Z"
                        },
                        "newValue": {
                            "date": "2022-02-04T12:30:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ],
                "description": "To allow additional time due to festive period"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-2590",
            "name": "Scottish Environment Protection Agency",
            "identifier": {
                "legalName": "Scottish Environment Protection Agency"
            },
            "address": {
                "streetAddress": "Strathallan House, Castle Business Park",
                "locality": "Stirling",
                "region": "UKM",
                "postalCode": "FK9 4TZ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1786457700",
                "email": "supplier.communications@sepa.org.uk",
                "url": "https://www.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.sepa.org.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11302",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "05",
                        "description": "Environmental protection"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-33757",
            "name": "Court of Session",
            "identifier": {
                "legalName": "Court of Session"
            },
            "address": {
                "streetAddress": "Parliament Square",
                "locality": "Edinburgh",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-50563",
            "name": "University of Stirling",
            "identifier": {
                "legalName": "University of Stirling"
            },
            "address": {
                "streetAddress": "BES, School of Natural Sciences, Stirling",
                "locality": "Stirling",
                "region": "UK",
                "postalCode": "FK9 4LA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1786468752"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-50564",
            "name": "Aberdeen Radiation Protection Services Ltd",
            "identifier": {
                "legalName": "Aberdeen Radiation Protection Services Ltd"
            },
            "address": {
                "streetAddress": "1st Floor, Air Products Building, Enterprise Drive, Westhill Industrial Estate",
                "locality": "WESTHILL",
                "region": "UK",
                "postalCode": "AB32 6TQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1224749784"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-50565",
            "name": "CERAP UK",
            "identifier": {
                "legalName": "CERAP UK"
            },
            "address": {
                "streetAddress": "231 Vauxhall Bridge Road",
                "locality": "LONDON",
                "region": "UK",
                "postalCode": "SW1V 1AD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 466793851"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-50566",
            "name": "RSK Environment Limited",
            "identifier": {
                "legalName": "RSK Environment Limited"
            },
            "address": {
                "streetAddress": "65 Sussex St",
                "locality": "Glasgow",
                "region": "UK",
                "postalCode": "G41 1DX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1414180471"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-2590",
        "name": "Scottish Environment Protection Agency"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000671459"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "010341-2022-1",
            "relatedLots": [
                "1"
            ],
            "title": "Ad-Hoc Environmental Radioactivity Monitoring",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-50563",
                    "name": "University of Stirling"
                }
            ]
        },
        {
            "id": "010341-2022-2",
            "relatedLots": [
                "2"
            ],
            "title": "Ad-Hoc Radiological Assessments",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-50564",
                    "name": "Aberdeen Radiation Protection Services Ltd"
                },
                {
                    "id": "GB-FTS-50565",
                    "name": "CERAP UK"
                },
                {
                    "id": "GB-FTS-50563",
                    "name": "University of Stirling"
                },
                {
                    "id": "GB-FTS-50566",
                    "name": "RSK Environment Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "010341-2022-1",
            "awardID": "010341-2022-1",
            "title": "Ad-Hoc Environmental Radioactivity Monitoring",
            "status": "active",
            "value": {
                "amount": 31300,
                "currency": "GBP"
            },
            "dateSigned": "2022-04-11T00:00:00+01:00"
        },
        {
            "id": "010341-2022-2",
            "awardID": "010341-2022-2",
            "title": "Ad-Hoc Radiological Assessments",
            "status": "active",
            "dateSigned": "2022-04-11T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "8",
                "measure": "bids",
                "relatedLot": "2",
                "value": 4
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "9",
                "measure": "smeBids",
                "relatedLot": "2",
                "value": 1
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "10",
                "measure": "foreignBidsFromEU",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "11",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "2",
                "value": 4
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "12",
                "measure": "electronicBids",
                "relatedLot": "2",
                "value": 4
            },
            {
                "id": "6",
                "measure": "lowestValidBidValue",
                "relatedLot": "2",
                "value": 15350,
                "currency": "GBP"
            },
            {
                "id": "7",
                "measure": "highestValidBidValue",
                "relatedLot": "2",
                "value": 23000,
                "currency": "GBP"
            }
        ]
    }
}