|
IMPORTANT NOTE:
The notice below may have expired - To receive our email alerts in the future please click here for a free trial.
|
Procurement Notice Details
Provision of radiological dosimetry service
UK
Purchaser: UKAEA
21/11/2018 S224 - - Services - Contract notice - Open procedure I.II.III.IV.VI. United Kingdom-Abingdon: Dosimetry system
2018/S 224-512745
Contract notice
Services
Legal Basis:
Directive 2014/24/EU Section I: Contracting authority
I.1) Name and addresses UKAEA Culham Science Centre Abingdon OX14 3DB United Kingdom Contact person: Jim Ennis Telephone: +44 1235466257 E-mail: jim.ennis@ukaea.uk NUTS code: UKJ14 Internet address(es):
Main address: www.ukaea.uk
I.2) Information about joint procurement I.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.ccfe.ac.uk/TenderDocs.aspx?DocName=dosimetry.zip Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted to the abovementioned address I.4) Type of the contracting authority Body governed by public law I.5) Main activity Other activity: Scientific Research Section II: Object
II.1) Scope of the procurement II.1.1) Title: Provision of Radiological Dosimetry Service
Reference number: T/JE069/18 II.1.2) Main CPV code 38547000 II.1.3) Type of contract Services II.1.4) Short description: The Authority has a requirement for the provision of a Radiological Dosimetry Service at Culham Science Centre.
II.1.5) Estimated total value II.1.6) Information about lots This contract is divided into lots: no II.2) Description II.2.1) Title: II.2.2) Additional CPV code(s) II.2.3) Place of performance NUTS code: UKJ14 Main site or place of performance: Culham Science Centre, Abingdon, Oxfordshire.
II.2.4) Description of the procurement: The UK Atomic Enrergy Authority is a non-departmental government body carrying out research into the potential of nuclear fusion as a source of energy.
The Authority operates MAST and JET, which forms part of the UK and European Fusion Programme with the aim of magnetically confining and studying the behaviour of a plasma in conditions and dimensions approaching those required in a fusion reactor.
MAST Upgrade is a programme designed to update the machine and push the limits of operations even closer.
With radiological hazards, including ionising and non-ionising radiation, there is a requirment to have an Approved Dosimetry Service (ADS) to undertake assessment and record-keeping of radiation doses received by classified and non-classified persons.
II.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents II.2.6) Estimated value II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 59 This contract is subject to renewal: yes Description of renewals: The contract will be let for an initial period of 12 months but will be extended annually, subject to agreement between the Contractor and Client (UKAEA), to run for up to a total period of 59 months.
II.2.10) Information about variants Variants will be accepted: no II.2.11) Information about options Options: no II.2.12) Information about electronic catalogues II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14) Additional information All documents must be in English or with an English translation.
Prices may be stated in tenderers local currency and contract(s) will be let in the tendered currency.
The United Kingdom Atomic Energy Authority reserve the right not to award a contract.
The costs of tendering shall be the responsibility of tenderers.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation III.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 detailed in the Invitation to Tender documents.
III.1.2) Economic and financial standing List and brief description of selection criteria: As detailed in the Invitation to Tender documents.
Minimum level(s) of standards possibly required: As detailed in the Invitation To Tender documents.
III.1.3) Technical and professional ability List and brief description of selection criteria: As detailed in the Invitation To Tender documents.
Minimum level(s) of standards possibly required: There is a minimum requirement that tenderers are able to demonstrate that they have an appropriate track record of successfully undertaking contracts of a similar nature.
III.1.5) Information about reserved contracts III.2) Conditions related to the contract III.2.1) Information about a particular profession III.2.2) Contract performance conditions: As detailed in the Invitation to Tender documents.
III.2.3) Information about staff responsible for the performance of the contract Section IV: Procedure
IV.1) Description IV.1.1) Type of procedure Open procedure IV.1.3) Information about a framework agreement or a dynamic purchasing system IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue IV.1.6) Information about electronic auction IV.1.8) Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: yes IV.2) Administrative information IV.2.1) Previous publication concerning this procedure IV.2.2) Time limit for receipt of tenders or requests to participate Date: 17/12/2018 Local time: 12:00 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: English IV.2.6) Minimum time frame during which the tenderer must maintain the tender Duration in months: 3 (from the date stated for receipt of tender) IV.2.7) Conditions for opening of tenders Date: 17/12/2018 Local time: 12:00 Place: Culham Science Centre, abingdon, Oxfordshire, England.
Information about authorised persons and opening procedure: Authorised individuals within the United Kingdom Atomic Energy Authority and any persons nominated to act on the Authority's behalf.
Section VI: Complementary information
VI.1) Information about recurrence This is a recurrent procurement: no VI.2) Information about electronic workflows VI.3) Additional information: VI.4) Procedures for review VI.4.1) Review body United Kingdom Atomic Energy Authority Culham Science Centre Abingdon OX14 3DB United Kingdom VI.4.2) Body responsible for mediation procedures VI.4.3) Review procedure Precise information on deadline(s) for review procedures: The Authority will incorporate a minimum 10 calendar days standstill period at the point that information on the proposed award of contract is communicated to all tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Authority before a contract is entered into.
Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided within a minimum of 3 working days before the expiry of the standstill period. Such information should be sought from the contact named in this notice.
If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2015 (SI 2015 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland)
Any such action must be brought promptly (generally within 3 months).
VI.4.4) Service from which information about the review procedure may be obtained VI.5) Date of dispatch of this notice: 16/11/2018
http://ted.europa.eu/, TED database, © European Communities, 1995-2018.
|
|