Prior information notice - Call for competition

Information

Published

Date of dispatch of this notice: 24/09/2020

Expire date: 17/10/2020

External Reference: 2020-446361

TED Reference: 2020/S 189-457558

Prior information notice - Call for competition

Prior information notice

Services

Directive 2014/24/EU

This notice is a call for competition

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
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=12954&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 Characterisation Support Framework 2020
Reference number:  RWM400
II.1.2)

Main CPV code

71351200  -  Geological and geophysical consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

There are four broad objectives for this contract related to different scope areas within the Preparation for Site Characterisation project scope. These objectives are:
• Compile and maintain a knowledge base for site characterisation in preparation for the start of site characterisation in the next phase of the programme (GDF Development Phase).
• Work with the RWM Site Characterisation, Business Planning and Programme teams to maintain and update cost and schedule estimates for site characterisation.
• Work with the RWM Site Characterisation, Quality Management, and Knowledge & Information Management and Health and Safety teams to develop the enabling systems required to manage the data and information flows during site characterisation.
• Support RWM in the technical specification, procurement, supervision and management of geophysical investigations including 2D and 3D seismic reflection surveys in either onshore or inshore environments, should they be required.
II.1.5)

Estimated total value

Value excluding VAT: 2500000.00  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
71510000  -  Site-investigation services
II.2.3)

Place of performance

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

Description of the procurement

In December 2018 RWM launched a new siting process for a Geological Disposal Facility (GDF) for radioactive waste. Over the coming years RWM will work with communities to evaluate sites for their potential to host a GDF. This Site Evaluation period will involve assessing several factors relevant to the suitability of a site including the safety, community, environment, engineering feasibility, transport and cost implications.
This Site Evaluation process will culminate in a recommendation to Government on which sites should be taken forward into the next phase of the process. This next phase of the process, the GDF Development Phase (also called Tranche 3) will include detailed site characterisation, GDF design and safety case development. To ensure we are ready for the site characterisation phase to begin as soon as the decision is made on which sites will be taken forward, we have identified a number of workstreams which will need to be complete before the decision is made.
RWM wants to work with contractors that will provide support to prepare for the site characterisation process. The overarching aim over the length of the contract is to ensure that when sites are selected and a decision is made to begin site characterisation RWM is ready to begin data acquisition, and has the knowledge, processes, procedures and enabling systems in place to do so in a way that is safe, efficient and compliant with regulations.
There are four broad objectives for this contract related to different scope areas within the Preparation for Site Characterisation project scope. These objectives are:
• Compile and maintain a knowledge base for site characterisation in preparation for the start of site characterisation in the next phase of the programme (GDF Development Phase).
• Work with the RWM Site Characterisation, Business Planning and Programme teams to maintain and update cost and schedule estimates for site characterisation.
• Work with the RWM Site Characterisation, Quality Management, and Knowledge & Information Management and Health and Safety teams to develop the enabling systems required to manage the data and information flows during site characterisation.
• Support RWM in the technical specification, procurement, supervision and management of geophysical investigations including 2D and 3D seismic reflection surveys in either onshore or inshore environments, should they be required.
Further details of the proposed scope of work are available by following the links include within this notice. In addition you are invited to comment on our proposed scope and procurement strategy by completing a short questionnaire.
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: 2500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
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.2.14)

Additional information

Further details of the proposed scope of work are available by following the links include within this notice. In addition you are invited to comment on our proposed scope and procurement strategy by completing a short questionnaire.

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

Restricted 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:  5
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 expressions of interest

Date:  17/10/2020
Local time:  00:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.4)

Procedures for review

VI.4.1)

Review body

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