Contract notice

Information

Published

Date of dispatch of this notice: 18/12/2019

Expire date: 11/02/2020

External Reference: 2019-493831

TED Reference: 2019/S 246-606513

Contract notice

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
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=12267&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

Disposability Assurance and Waste Packaging Support Framework
Reference number:  RWM225
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

RWM is looking to appoint suitably qualified supplier(s) to provide support with Disposability Assessment and Waste Package Assurance requirements using the Open procedure. In support of the packaging of wastes for disposal, RWM maintains a programme of Disposability Assessments for proposals to package HAW. RWM separately undertakes Package Assurance to confirm that wastes have been packaged under the arrangements agreed through Disposability Assessment and to ensure evidence that the packages are disposable will be available in future encompassing wastes arising at all Nuclear Decommissioning Authority (NDA) and non-NDA estate sites. The Framework is divided into three Lots; Lot 1 Disposability Assessment – 2 Bundles Lot 2 Support for Waste Package Records Assessment Lot 3 Support for Technical Audit and Periodic Review
II.1.5)

Estimated total value

Value excluding VAT: 6720000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Bidders can apply for one or more of the lots and will be assessed in accordance with the evaluation criteria.
Lot 1 has two bundles of work - the same supplier can not be awarded for both bundles on this lot. A single supplier will be awarded to each bundle.
Lots 2 and 3 will each be single supplier awards.
II.2)

Description

II.2.1)

Title

Disposability Assessment
Lot No:  1 Bundle 1
II.2.2)

Additional CPV code(s)

90520000  -  Radioactive-, toxic-, medical- and hazardous waste services
90521000  -  Radioactive waste treatment services
90521100  -  Collection of radioactive waste
90521200  -  Radioactive waste storage services
90521300  -  Disposal of radioactive waste
90521400  -  Transport of radioactive waste
90521500  -  Packaging of radioactive waste
II.2.4)

Description of the procurement

RWM is looking to appoint suitably qualified supplier(s) to provide support with Disposability Assessment and Waste Package Assurance requirements using the Official Journal of the European Union (OJEU) Open procedure. In support of the packaging of wastes for disposal, RWM maintains a programme of Disposability Assessments for proposals to package HAW. RWM separately undertakes Package Assurance to confirm that wastes have been packaged under the arrangements agreed through Disposability Assessment and to ensure evidence that the packages are disposable will be available in future. Disposability Assessments and Waste Package Assurance encompass wastes arising at all Nuclear Decommissioning Authority (NDA) and non-NDA estate sites.
The Framework is divided into three Lots;
Lot 1 Disposability Assessment - Bundle 1 Sellafield, Spent Fuel, Nuclear Materials
Lot 1 Disposability Assessment - Bundle 2 Magnox and other Site Licence Companies
Lot 2 Support for Waste Package Records Assessment
Lot 3 Support for Technical Audit and Periodic Review
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
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:
Initial contract period is for 3 years with an optional 1 year extension
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)

Description

II.2.1)

Title

Disposability Assessments
Lot No:  1 - Bundle 2
II.2.2)

Additional CPV code(s)

90521000  -  Radioactive waste treatment services
90521100  -  Collection of radioactive waste
90521200  -  Radioactive waste storage services
90521300  -  Disposal of radioactive waste
90521400  -  Transport of radioactive waste
90521500  -  Packaging of radioactive waste
II.2.4)

Description of the procurement

RWM is looking to appoint suitably qualified supplier(s) to provide support with Disposability Assessment and Waste Package Assurance requirements using the Official Journal of the European Union (OJEU) Open procedure. In support of the packaging of wastes for disposal, RWM maintains a programme of Disposability Assessments for proposals to package HAW. RWM separately undertakes Package Assurance to confirm that wastes have been packaged under the arrangements agreed through Disposability Assessment and to ensure evidence that the packages are disposable will be available in future. Disposability Assessments and Waste Package Assurance encompass wastes arising at all Nuclear Decommissioning Authority (NDA) and non-NDA estate sites.
The Framework is divided into three Lots;
Lot 1 Disposability Assessment - Bundle 1 Sellafield, Spent Fuel, Nuclear Materials
Lot 1 Disposability Assessment - Bundle 2 Magnox and other Site Licence Companies
Lot 2 Support for Waste Package Records Assessment
Lot 3 Support for Technical Audit and Periodic Review
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
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:
Initial contract period is for 3 years with an optional 1 year extension
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)

Description

II.2.1)

Title

Support for Waste Package Records Assessment
Lot No:  2
II.2.2)

Additional CPV code(s)

90521000  -  Radioactive waste treatment services
90521100  -  Collection of radioactive waste
90521200  -  Radioactive waste storage services
90521300  -  Disposal of radioactive waste
90521400  -  Transport of radioactive waste
90521500  -  Packaging of radioactive waste
II.2.4)

Description of the procurement

RWM undertakes Package assurance to confirm that wastes have been packaged under the arrangements agreed through Disposability Assessment and to ensure evidence that the packages are disposable will be available in future. In support of Package Assurance RWM undertake package records assessments, technical audit of packaging activities and maintains the validity of endorsements through periodic review.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
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:
Initial contract period is for 3 years with an optional 1 year extension
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)

Description

II.2.1)

Title

Support for Technical Audit and Periodic Review
Lot No:  3
II.2.2)

Additional CPV code(s)

90521000  -  Radioactive waste treatment services
90521100  -  Collection of radioactive waste
90521200  -  Radioactive waste storage services
90521300  -  Disposal of radioactive waste
90521400  -  Transport of radioactive waste
90521500  -  Packaging of radioactive waste
II.2.4)

Description of the procurement

RWM undertakes Package assurance to confirm that wastes have been packaged under the arrangements agreed through Disposability Assessment and to ensure evidence that the packages are disposable will be available in future. In support of Package Assurance RWM undertake package records assessments, technical audit of packaging activities and maintains the validity of endorsements through periodic review.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
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:
Initial contract period is for 3 years with an optional 1 year extension
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.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  as set out in the tender documents
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.2.2)

Contract performance conditions

As stated in the procurement documents
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.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  4
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:  11/02/2020
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

Duration in months : 3  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  11/02/2020
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 Ltd
Building 329 West, Thomson Avenue
Harwell
OX11 0GD
UK
Internet address: www.gov.uk/rwm

VI.4.2)

Body responsible for mediation procedures

Royal Courts of Justice
Strand
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 Ltd
Harwell
UK