Contract award notice

Information

Published

Date of dispatch of this notice: 08/06/2020

External Reference: 2020-419040

TED Reference: 2020/S 112-272969

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: Julie Abbott
Telephone: +44 1925802738
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

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.1.6)

Information about lots

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

Total value of the procurement

Value excluding VAT:  6720000.00  GBP
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

Criteria below
Quality criterion  -  Name:  Technical Questions  /  Weighting:  80
Price  -  Weighting:  20%
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

Criteria below
Quality criterion  -  Name:  Technical Questions  /  Weighting:  80
Price  -  Weighting:  20%
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

Criteria below
Quality criterion  -  Name:  Technical Questions  /  Weighting:  80
Price  -  Weighting:  20%
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

Criteria below
Quality criterion  -  Name:  Technical Questions  /  Weighting:  80
Price  -  Weighting:  20%
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 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
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 246-606513

Section V: Award of contract

Contract No: 1

Lot No: Lot 1A

Title: Disposability Assurance and Waste Packaging Support Framework

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

Award of contract

V.2.1)

Date of conclusion of the contract

08/06/2020
V.2.2)

Information about tenders

Number of tenders received:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Orano Projects Limited
01303570
Suite 7, Hitching Court, Abingdon Business Park
Abingdon
OX14 1RA
UK

The contractor is an SME : no
V.2.4)

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

Total value of the contract/lot:  2400000.00  GBP
V.2.5)

Information about subcontracting

The contract is likely to be subcontracted

Section V: Award of contract

Contract No: 2

Lot No: Lot 1B

Title: Disposability Assessment and Waste Package Assurance Framework

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

Award of contract

V.2.1)

Date of conclusion of the contract

08/06/2020
V.2.2)

Information about tenders

Number of tenders received:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

TUV SUD Limited – Nuclear Technologies Division
SC215164
Napier Building, Scottish, Enterprise Technology Park, East Kilbride
Glasgow
G75 0QF
UK

The contractor is an SME : no
V.2.4)

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

Total value of the contract/lot:  2400000.00  GBP
V.2.5)

Information about subcontracting

The contract is likely to be subcontracted

Section V: Award of contract

Contract No: 3

Lot No: Lot 2

Title: Disposability Assessment and Waste Package Assurance Framework

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

Award of contract

V.2.1)

Date of conclusion of the contract

08/06/2020
V.2.2)

Information about tenders

Number of tenders received:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

NSG Environmental Ltd (Nucleus)
2769182
Ackhurst Road,
Chorley
PR7 1NH
UK

The contractor is an SME : no
V.2.4)

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

Total value of the contract/lot:  1000000.00  GBP
V.2.5)

Information about subcontracting

The contract is likely to be subcontracted

Section V: Award of contract

Contract No: 4

Lot No: Lot 3

Title: Disposability Assessment and Waste Package Assurance Framew

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

Award of contract

V.2.1)

Date of conclusion of the contract

08/06/2020
V.2.2)

Information about tenders

Number of tenders received:  4
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Jacobs Clean Energy Limited
01120437
Booths Park, Chelford Road
Knutsford
WA16 8QZ
UK

The contractor is an SME : no
V.2.4)

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

Total value of the contract/lot:  920000.00  GBP
V.2.5)

Information about subcontracting

The contract is likely to be subcontracted

Section VI: Complementary information

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