Contract notice

Information

Published

Date of dispatch of this notice: 18/09/2020

Expire date: 26/10/2020

External Reference: 2020-463092

TED Reference: 2020/S 185-447994

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: Karen Hodsdon
Telephone: +44 1925802823
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=12972&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

Engineering Feasibility Studies
Reference number:  RWM357 RWM358
II.1.2)

Main CPV code

71310000  -  Consultative engineering and construction services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Radioactive Waste Management (RWM) is responsible for delivery of a Geological Disposal Facility (GDF) and providing waste management solutions for Higher Activity Waste (HAW). RWM is planning to undertake multi-disciplinary Engineering feasibility studies. This invitation to tender is for the delivery of two Engineering feasibility studies, relating to the aspects of the GDF. Accessways ; the that would be used to access the underground environment at the GDF, transfer waste packages underground. High Heat Generating Waste (HHGW) Disposal Concept; the systems required for the handling, emplacement and backfill of HHGW, including engineered barriers, disposal vaults/tunnels, handling & emplacement systems and deployment of buffer and backfill. (HHGW is used to describe all materials for which heat needs to be considered in the design of the disposal facilities, eg High Level Waste (HLW), spent fuel.)
II.1.5)

Estimated total value

Value excluding VAT: 3000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  2
II.2)

Description

II.2.1)

Title

Engineering Feasibility Study -Accessways
Lot No:  1
II.2.2)

Additional CPV code(s)

71310000  -  Consultative engineering and construction 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

Engineering Feasibility Studies
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: 1500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 02/11/2020  /  End: 23/10/2023
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:
RWM has recently developed a preliminary Disposal System Development (DSD) Process [ ], which is based on a systems engineering approach with a repeatable set of steps at each stage of design development. The scope of work will be to follow the preliminary DSD process to develop a conceptual-stage design development.
The scope is to be divided as follows:
• Phase 1: Planning and stakeholder engagement
• Phase 2: Conceptual design development and supporting technical studies
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

HHGW Concept Developement
Lot No:  2
II.2.2)

Additional CPV code(s)

71311000  -  Civil engineering consultancy services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

RWM has recently developed a preliminary Disposal System Development (DSD) Process [ ], which is based on a systems engineering approach with a repeatable set of steps at each stage of design development. The scope of work will be to follow the preliminary DSD process to develop a conceptual-stage design development.
The scope is to be divided as follows:
• Phase 1: Planning and stakeholder engagement
• Phase 2: Conceptual design development and supporting technical studies
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: 1500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 16/10/2020  /  End: 23/10/2023
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:
See Procurement Documents
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.2.2)

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 a single operator
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:  23/10/2020
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:  23/10/2020
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

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