Contract award notice

Information

Published

Date of dispatch of this notice: 15/04/2020

External Reference: 2020-448808

TED Reference: 2020/S 075-178987

Contract award notice

Contract award notice

Results of the procurement procedure

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: Madeline Jones
Telephone: +44 1925802820
Internet address(es):
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

Higher Activity Waste Framework
Reference number:  RWM212
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

The following sub-sections set out the scope of the three Lots within this framework: • Lot 1: Development and underpinning of functional and technical requirements for the lifecycle management of Higher Activity Waste (HAW) • Lot 2: Engineering designs for the safe packaging, transport and disposal of radioactive waste • Lot 3: HAW task-based support
This procurement is being undertaken by Radioactive Waste Management Limited on behalf of the NDA Estate and its group of companies.
II.1.6)

Information about lots

This contract is divided into lots: yes
II.1.7)

Total value of the procurement

Value excluding VAT:  9500000.00  GBP
II.2)

Description

II.2.1)

Title

Development and underpinning of functional and technical requirements for the lifecycle management of HAW
Lot No:  1
II.2.2)

Additional CPV code(s)

90521000  -  Radioactive waste treatment services
90521200  -  Radioactive waste storage services
90521300  -  Disposal of radioactive waste
90521400  -  Transport of radioactive waste
90521500  -  Packaging of radioactive waste
II.2.3)

Place of performance

Main site or place of performance:  
Didcot
II.2.4)

Description of the procurement

Lot 1: Development and underpinning of functional and technical requirements for the lifecycle management of HAW
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Approach  /  Weighting:  20
Quality criterion  -  Name:  Team  /  Weighting:  20
Quality criterion  -  Name:  Management  /  Weighting:  10
Quality criterion  -  Name:  Methodology  /  Weighting:  10
Quality criterion  -  Name:  KPI's  /  Weighting:  10
Price  -  Weighting:  30
II.2.11)

Information about options

Options: yes
Description of options:
The initial contract duration is 2 years with the option to extend by 2 years at RWM's discretion.
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

Engineering designs for the safe packaging, transport and disposal of radioactive waste
Lot No:  2
II.2.2)

Additional CPV code(s)

90521000  -  Radioactive waste treatment services
90521200  -  Radioactive waste storage services
90521300  -  Disposal of radioactive waste
90521400  -  Transport of radioactive waste
90521500  -  Packaging of radioactive waste
II.2.3)

Place of performance

Main site or place of performance:  
Didcot
II.2.4)

Description of the procurement

Engineering designs for the safe packaging, transport and disposal of radioactive waste
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Approach  /  Weighting:  20
Quality criterion  -  Name:  Team  /  Weighting:  20
Quality criterion  -  Name:  Management  /  Weighting:  10
Quality criterion  -  Name:  Methodology  /  Weighting:  10
Quality criterion  -  Name:  KPI's  /  Weighting:  10
Price  -  Weighting:  30
II.2.11)

Information about options

Options: yes
Description of options:
Initial contract duration is 2 years with the option to extend for a further 2 years at RWM's discretion.
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

Task Based Support
Lot No:  3
II.2.2)

Additional CPV code(s)

90521000  -  Radioactive waste treatment services
90521200  -  Radioactive waste storage services
90521300  -  Disposal of radioactive waste
90521400  -  Transport of radioactive waste
90521500  -  Packaging of radioactive waste
II.2.3)

Place of performance

Main site or place of performance:  
Didcot
II.2.4)

Description of the procurement

Task Based Support
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Approach  /  Weighting:  20
Quality criterion  -  Name:  Team  /  Weighting:  20
Quality criterion  -  Name:  Management  /  Weighting:  10
Quality criterion  -  Name:  Methodology  /  Weighting:  10
Quality criterion  -  Name:  KPI's  /  Weighting:  10
Price  -  Weighting:  30
II.2.11)

Information about options

Options: yes
Description of options:
Contract duration with be for 2 years with the option to extend for a further 2 years at RWM's discretion.
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 IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
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

Notice number in the OJ S: 2019/S 225-552045

Section V: Award of contract

Contract No: 1

Lot No: 1

Title: Higher Activity Waste Framework

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

23/03/2020
V.2.2)

Information about tenders

Number of tenders received:  6
Number of tenders received from SMEs:  2
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

Cavendish Nuclear Ltd
03975999
106 Dalton Avenue, Birchwood
Warrington
WA3 6YD
UK

The contractor is an SME : no
Galson Sciences Ltd
273889787
5 Grosvenor House, Melton Road
Oakham Rutland
LE15 6AX
UK

The contractor is an SME : yes
Jacobs Clean Energy Ltd
01120437
Booths Park, Chelford Road
Cheshire
WA16 8QZ
UK

The contractor is an SME : no
NSG Environmental Ltd
2769182
C/O NIS Holdings Ltd, Ackhurst Road
Chorley
PR71NH
UK

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:  2000000.00  GBP
Lowest offer:  1500000.00  GBP / Highest offer:  2000000.00  GBP   taken into consideration
V.2.5)

Information about subcontracting

The contract is likely to be subcontracted

Section V: Award of contract

Contract No: 2

Lot No: 2

Title: Higher Activity Waste Framework

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

23/03/2020
V.2.2)

Information about tenders

Number of tenders received:  5
Number of tenders received from SMEs:  1
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

Jacobs Clean Energy Ltd
01120437
WA16 8QZ
Cheshire
WA16 8QZ
UK

The contractor is an SME : no
Galson Sciences Ltd
273889787
5 Grosvenor House, Melton Road
Oakham, Rutland
LE15 6AX
UK

The contractor is an SME : yes
Nuvia Ltd
2063786
3rd Floor, Chadwick House
Birchwood Park, Risley Warrington
WA3 6AE
UK

The contractor is an SME : no
Frazer-Nash Ltd
2562870
Stonebridge House, Dorking Business Park
Dorking, Surrey
RH4 1HJ
UK

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:  3000000.00  GBP
Lowest offer:  2500000.00  GBP / Highest offer:  3000000.00  GBP   taken into consideration
V.2.5)

Information about subcontracting

The contract is likely to be subcontracted

Section V: Award of contract

Contract No: 3

Lot No: 3

Title: Higher Activity Waste Framework

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

23/03/2020
V.2.2)

Information about tenders

Number of tenders received:  5
Number of tenders received from SMEs:  2
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

Galson Sciences Ltd
273889787
Melton Road
Oakland Rutland
LE156AX
UK

The contractor is an SME : yes
Jacobs Clean Energy Ltd
01120437
Booths Park, Chelford Road
Cheshire
WA16 8QZ
UK

The contractor is an SME : no
Cavendish Nuclear Ltd
03975999
106 Dalton Avenue
Birchwood, Warrington
WA3 6YD
UK

The contractor is an SME : no
DBD Ltd
03118924
Ground Floor, 401 Faraday Street
Birchwood Park, Warrington
WA3 6GA
UK

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:  4500000.00  GBP
Lowest offer:  4000000.00  GBP / Highest offer:  4500000.00  GBP   taken into consideration
V.2.5)

Information about subcontracting

The contract is likely to be subcontracted

Section VI: Complementary information

VI.3)

Additional information

RWM is unable to determine the value of potential spend on each lot and envisages a maximum spend of £9.5m on the Framework. It is envisaged that 4 operators will be appointed to each lot.
VI.4)

Procedures for review

VI.4.1)

Review body

Radioactive Waste Management Limited
Building 329 Thomson Avenue, Harwell Campus
Didcot
OX110GD
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