Contract notice

Information

Published

Date of dispatch of this notice: 16/09/2019

Expire date: 18/10/2019

External Reference: 2019-413093

TED Reference: 2019/S 181-440845

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Radioactive Waste Management
8920190
Building 329, Thomson Avenue
Didcot
OX11 0GD
UK
Contact person: Julie Abbott
Telephone: +44 1925802738
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=12031&B=SELLAFIELD
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
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:  Nuclear Decommissioning

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Development and Underpinning of Waste Containers for Low Specific Activity Decommissioning ILW (1)
Reference number:  RWM214
II.1.2)

Main CPV code

73000000  -  Research and development services and related consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Radioactive Waste Management Limited (RWM) is responsible for delivery of a Geological Disposal Facility (GDF) and providing waste management solutions for Higher Activity Waste (HAW). Through engagement with Site Licence Companies (SLCs) RWM is in the unique position of being able to oversee and influence the management of HAW by identifying opportunities and sharing best practice. RWM has been requested to explore waste packaging and interim storage options for Intermediate Level Waste (ILW) that will be generated through a proposed acceleration to the delivery of reactor dismantling operations, notably the Stage 3 decommissioning wastes that will arise from the Final Site Clearance (FSC) of the ten Magnox Ltd reactor sites. In order to enable this acceleration in reactor dismantling, suitable waste containers must be available in the required numbers, at the right time, and at competitive cost to enable packaging and interim storage of the waste.
II.1.5)

Estimated total value

Value excluding VAT: 275000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

90520000  -  Radioactive-, toxic-, medical- and hazardous waste services
90521200  -  Radioactive waste storage services
90521500  -  Packaging of radioactive waste
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Radioactive Waste Management Limited (RWM) is responsible for delivery of a Geological Disposal Facility (GDF) and providing waste management solutions for Higher Activity Waste (HAW). Through engagement with Site Licence Companies (SLCs) via the Disposability Assessment Process, RWM is in the unique position of being able to oversee and influence the management of HAW by identifying opportunities and sharing best practice. The HAW Programme is focused on providing support to SLCs and implementing relatively near-term opportunities to improve waste management practices and provide cost savings to Nuclear Decommissioning Authority (NDA). This is achieved by collaborative working with SLCs to identify, develop and implement new waste management opportunities. RWM has been requested to explore waste packaging and interim storage options for Intermediate Level Waste (ILW) that will be generated through a proposed acceleration to the delivery of reactor dismantling operations, notably the Stage 3 decommissioning wastes that will arise from the Final Site Clearance (FSC) of the ten Magnox Ltd reactor sites. In order to enable this acceleration in reactor dismantling, suitable waste containers must be available in the required numbers, at the right time, and at competitive cost to enable packaging and interim storage of the waste.
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

Value excluding VAT: 275000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 18
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.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 IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  18/10/2019
Local time:  12:00
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

Tender must be valid until:  18/01/2020
IV.2.7)

Conditions for opening of tenders

Date:  18/10/2019
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

Radioactive Waste Management Limited
building 329 Thomson Avenue
Didcot
OX11 0GD
UK

VI.4.2)

Body responsible for mediation procedures

Royal Courts of Justice
Strand
London
WC2A 2LL
UK
Internet address: http://www.justice.gov.uk

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Any appeals should be promptly brought to the attention of the contact specified in Section I above, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescales specified by the applicable law, including without limitation, the Public Contracts Regulations 2015. In accordance with the Public Contracts Regulations 2015, the Contracting Authority will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.
VI.4.4)

Service from which information about the review procedure may be obtained

Radioactive Waste Management Limited
Building 329 Thomson Avenue
Didcot
OX11 0GD
UK