Contract notice

Information

Published

Date of dispatch of this notice: 04/11/2019

Expire date: 11/12/2019

External Reference: 2019-415550

TED Reference: 2019/S 215-527724

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: Anthony E Potts
Telephone: +44 1925802897
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=12147&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

Site Descriptive Model Development: Supply Chain Support for Capability Building Early Site Characterisation
Reference number:  RWM246
II.1.2)

Main CPV code

71351200  -  Geological and geophysical consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

This scope of work covers the site characterisation activities that would need to be undertaken by RWM from initial understanding based upon desk-based studies through initial seismic reflection surveys to the design, specification, permitting and planning for the initial boreholes for characterising an LSSR host rock in a sedimentary sequence.
II.1.5)

Estimated total value

Value excluding VAT: 700000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71351220  -  Geological consultancy services
73000000  -  Research and development services and related consultancy services
73200000  -  Research and development consultancy services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Didcot
II.2.4)

Description of the procurement

This scope of work covers the site characterisation activities that would need to be undertaken by RWM from initial understanding based upon desk-based studies through initial seismic reflection surveys to the design, specification, permitting and planning for the initial boreholes for characterising an LSSR host rock in a sedimentary sequence. To achieve the desired outcomes set out in the introduction, we have identified the following areas of scope for this work: 1. Design a series of workshops and supporting work between workshops that will deliver the necessary understanding across the relevant teams in RWM. (Approx Dec/Jan 2019/2020) 2. Deliver the workshops and supporting work in an efficient manner producing reports capturing the methodology, outputs and conclusions of each workshop. (Approx Dec 2019 – Oct 2020) 3. Produce structured reports capturing the activities, processes and interactions between different functions in RWM and the supply chain necessary to deliver site characterisation. (Approx Oct 2020 – Mar 2021) 4. Produce a report capturing the lessons learnt from the workshop approach to the testing to inform the planning of Work Package 3. (Approx Jan-Mar 2021). 5. Specific development of the work process maps for geosphere and gas research activities during the early part of site characterisation. 6. Specific development of the work process maps for hydrogeology/hydrogeochemistry related activities during the early part of site characterisation.
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: 700000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 13/01/2020  /  End: 31/03/2021
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: yes
Description of options:
Option at RWM discretion:
1/ Extend duration by up to 6 months and/or
2/ Include addition scope relating to data obtained from SKB on High Strength Rock
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:  04/12/2019
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:  28/02/2020
IV.2.7)

Conditions for opening of tenders

Date:  04/12/2019
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

Radioactive Waste Management Limited
Didcot
UK

VI.4.2)

Body responsible for mediation procedures

Royal Courts of Justice
Strand
London
London
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
Didcot
UK