Contract notice

Information

Published

Date of dispatch of this notice: 14/12/2020

Expire date: 17/02/2021

External Reference: 2020-437583

TED Reference: 2020/S 247-615606

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: Anthony E Potts
Telephone: +44 1925802897
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=13036&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 Evaluation Services
Reference number:  RWM169
II.1.2)

Main CPV code

71318000  -  Advisory and consultative engineering services
II.1.3)

Type of contract

Services
II.1.4)

Short description

RWM is responsible for implementing geological disposal of higher activity radioactive wastes. Geological disposal involves placing radioactive waste deep underground in a suitable geological environment for the time required for the radioactivity associated with them to naturally reduce. RWM will act as a developer of a geological disposal facility (GDF) for such waste and is responsible for ensuring that the siting, construction, operation and eventual closure of a GDF complies with the UK’s high standards of safety, security and environmental protection. RWM is committed to engaging and working in partnership with communities and relevant local authorities in England and Wales for the purposes of identifying a suitable location for the development and operation of a GDF. This Contract Notice relates to establishing a number of frameworks for consultancy services to support in the evaluation of potential sites.
II.1.5)

Estimated total value

Value excluding VAT: 36500000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Integrator
Lot No:  1
II.2.2)

Additional CPV code(s)

71242000  -  Project and design preparation, estimation of costs
71248000  -  Supervision of project and documentation
72224000  -  Project management consultancy services
II.2.3)

Place of performance

NUTS code:  UKL -  WALES
NUTS code:  UKK -  SOUTH WEST (ENGLAND)
NUTS code:  UKJ -  SOUTH EAST (ENGLAND)
NUTS code:  UKI -  LONDON
NUTS code:  UKH -  EAST OF ENGLAND
NUTS code:  UKG -  WEST MIDLANDS (ENGLAND)
NUTS code:  UKF -  EAST MIDLANDS (ENGLAND)
NUTS code:  UKE -  YORKSHIRE AND THE HUMBER
NUTS code:  UKD -  NORTH WEST (ENGLAND)
NUTS code:  UKC -  NORTH EAST (ENGLAND)
II.2.4)

Description of the procurement

The Integrator will be a single Consultant (or consortium) providing both technical and project integration services across Lots 2-9. Providing assurance of common and consistent data management; assurance of consistency of delivery of products; and support to RWM’s project control function across Lots 2-9. Further details are set out in the procurement documents available via the link in Section I.3.
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: 4100000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
As detailed in the procurement documents.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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

The estimate value of the services within this Lot may be in the region of 4100000 to 1700000 GBP. The estimate value stated in Section II.2.6 is the maximum value in this range.
II.2)

Description

II.2.1)

Title

Geo-scientific Investigation
Lot No:  2
II.2.2)

Additional CPV code(s)

71351220  -  Geological consultancy services
71510000  -  Site-investigation services
II.2.3)

Place of performance

NUTS code:  UKL -  WALES
NUTS code:  UKK -  SOUTH WEST (ENGLAND)
NUTS code:  UKJ -  SOUTH EAST (ENGLAND)
NUTS code:  UKI -  LONDON
NUTS code:  UKH -  EAST OF ENGLAND
NUTS code:  UKG -  WEST MIDLANDS (ENGLAND)
NUTS code:  UKF -  EAST MIDLANDS (ENGLAND)
NUTS code:  UKE -  YORKSHIRE AND THE HUMBER
NUTS code:  UKD -  NORTH WEST (ENGLAND)
NUTS code:  UKC -  NORTH EAST (ENGLAND)
II.2.4)

Description of the procurement

Lot 2 Consultants will provide RWM with the best possible understanding of the relevant geosphere using the range data sources available, such as pre-existing data and undertaking desk studies. RWM will establish a framework with 3 consultants. Further details are set out in the procurement documents available via the link in Section I.3.
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: 45000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
As detailed in the procurement documents.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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

The estimate value of the services within this Lot may be in the region of 4500000 to 600000 GBP. The estimate value stated in Section II.2.6 is the maximum value in this range.
II.2)

Description

II.2.1)

Title

Safety
Lot No:  3
II.2.2)

Additional CPV code(s)

98113100  -  Nuclear safety services
79417000  -  Safety consultancy services
73000000  -  Research and development services and related consultancy services
II.2.3)

Place of performance

NUTS code:  UKL -  WALES
NUTS code:  UKK -  SOUTH WEST (ENGLAND)
NUTS code:  UKJ -  SOUTH EAST (ENGLAND)
NUTS code:  UKI -  LONDON
NUTS code:  UKH -  EAST OF ENGLAND
NUTS code:  UKG -  WEST MIDLANDS (ENGLAND)
NUTS code:  UKF -  EAST MIDLANDS (ENGLAND)
NUTS code:  UKE -  YORKSHIRE AND THE HUMBER
NUTS code:  UKD -  NORTH WEST (ENGLAND)
NUTS code:  UKC -  NORTH EAST (ENGLAND)
II.2.4)

Description of the procurement

Consultants to undertake the necessary data gathering, optioneering, assessment and evaluation work in line with the safety related aspects of the Safety Evaluation Considerations. RWM will establish a framework with 3 consultants. Further details are set out in the procurement documents available via the link in Section I.3
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: 1100000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
As detailed in the procurement documents.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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

The estimate value of the services within this Lot may be in the region of 1100000 to 400000 GBP. The estimate value stated in Section II.2.6 is the maximum value in this range.
II.2)

Description

II.2.1)

Title

Security & Safeguards
Lot No:  4
II.2.2)

Additional CPV code(s)

98113100  -  Nuclear safety services
II.2.3)

Place of performance

NUTS code:  UKL -  WALES
NUTS code:  UKK -  SOUTH WEST (ENGLAND)
NUTS code:  UKJ -  SOUTH EAST (ENGLAND)
NUTS code:  UKI -  LONDON
NUTS code:  UKH -  EAST OF ENGLAND
NUTS code:  UKG -  WEST MIDLANDS (ENGLAND)
NUTS code:  UKF -  EAST MIDLANDS (ENGLAND)
NUTS code:  UKE -  YORKSHIRE AND THE HUMBER
NUTS code:  UKD -  NORTH WEST (ENGLAND)
NUTS code:  UKC -  NORTH EAST (ENGLAND)
II.2.4)

Description of the procurement

Consultants to undertake the necessary data gathering, optioneering, assessment and evaluation work in line with the Evaluation Considerations of Nuclear Security and Safeguards. RWM will establish a framework with 3 consultants. Further details are set out in the procurement documents available via the link in Section I.3.
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: 400000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
As detailed in the procurement documents.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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

The estimate value of the services within this Lot may be in the region of 400000 to 200000 GBP. The estimate value stated in Section II.2.6 is the maximum value in this range.
II.2)

Description

II.2.1)

Title

Community
Lot No:  5
II.2.2)

Additional CPV code(s)

90713000  -  Environmental issues consultancy services
79311400  -  Economic research services
79311410  -  Economic impact assessment
79315000  -  Social research services
II.2.3)

Place of performance

NUTS code:  UKL -  WALES
NUTS code:  UKK -  SOUTH WEST (ENGLAND)
NUTS code:  UKJ -  SOUTH EAST (ENGLAND)
NUTS code:  UKI -  LONDON
NUTS code:  UKH -  EAST OF ENGLAND
NUTS code:  UKG -  WEST MIDLANDS (ENGLAND)
NUTS code:  UKF -  EAST MIDLANDS (ENGLAND)
NUTS code:  UKE -  YORKSHIRE AND THE HUMBER
NUTS code:  UKD -  NORTH WEST (ENGLAND)
NUTS code:  UKC -  NORTH EAST (ENGLAND)
II.2.4)

Description of the procurement

Consults to undertake the necessary data gathering, assessment and evaluation work in line with the Siting Factor of Community. RWM will establish a framework with 3 consultants. Further details are set out in the procurement documents available via the link in Section I.3.
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: 2700000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
As detailed in the procurement documents.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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

The estimate value of the services within this Lot may be in the region of 1700000 to 4100000 GBP. The estimate value stated in Section II.2.6 is the maximum value in this range.
II.2)

Description

II.2.1)

Title

Environment
Lot No:  6
II.2.2)

Additional CPV code(s)

90713000  -  Environmental issues consultancy services
II.2.3)

Place of performance

NUTS code:  UKL -  WALES
NUTS code:  UKK -  SOUTH WEST (ENGLAND)
NUTS code:  UKJ -  SOUTH EAST (ENGLAND)
NUTS code:  UKI -  LONDON
NUTS code:  UKH -  EAST OF ENGLAND
NUTS code:  UKG -  WEST MIDLANDS (ENGLAND)
NUTS code:  UKF -  EAST MIDLANDS (ENGLAND)
NUTS code:  UKE -  YORKSHIRE AND THE HUMBER
NUTS code:  UKD -  NORTH WEST (ENGLAND)
NUTS code:  UKC -  NORTH EAST (ENGLAND)
II.2.4)

Description of the procurement

Consults to undertake the necessary data gathering, assessment and evaluation work in line with the Siting Factor of Environment. RWM will establish a framework with 3 consultants. Further details are set out in the procurement documents available via the link in Section I.3.
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: 4500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
As detailed in the procurement.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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

The estimate value of the services within this Lot may be in the region of 4500000 to 1000000 GBP. The estimate value stated in Section II.2.6 is the maximum value in this range.
II.2)

Description

II.2.1)

Title

Engineering Feasibility
Lot No:  7
II.2.2)

Additional CPV code(s)

71300000  -  Engineering services
71320000  -  Engineering design services
71335000  -  Engineering studies
II.2.3)

Place of performance

NUTS code:  UKL -  WALES
NUTS code:  UKK -  SOUTH WEST (ENGLAND)
NUTS code:  UKJ -  SOUTH EAST (ENGLAND)
NUTS code:  UKI -  LONDON
NUTS code:  UKH -  EAST OF ENGLAND
NUTS code:  UKG -  WEST MIDLANDS (ENGLAND)
NUTS code:  UKF -  EAST MIDLANDS (ENGLAND)
NUTS code:  UKE -  YORKSHIRE AND THE HUMBER
NUTS code:  UKD -  NORTH WEST (ENGLAND)
NUTS code:  UKC -  NORTH EAST (ENGLAND)
II.2.4)

Description of the procurement

Consultants to undertake the necessary data gathering, optioneering, assessment and evaluation work in line with the Siting factor of Engineering Feasibility to ultimately determine whether the relevant Requirements relating to Engineering Feasibility, including those for construction, sustainable design, retrievability and the ability to accommodate the inventory for disposal, can be satisfied. RWM will establish a framework with 3 consultants. Further details are set out in the procurement documents available via the link in Section I.3.
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: 10500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
As detailed in the procurement documents.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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

The estimate value of the services within this Lot may be in the region of 1050000 to 4500000 GBP. The estimate value stated in Section II.2.6 is the maximum value in this range.
II.2)

Description

II.2.1)

Title

Transport
Lot No:  8
II.2.2)

Additional CPV code(s)

90521400  -  Transport of radioactive waste
II.2.3)

Place of performance

NUTS code:  UKL -  WALES
NUTS code:  UKK -  SOUTH WEST (ENGLAND)
NUTS code:  UKJ -  SOUTH EAST (ENGLAND)
NUTS code:  UKI -  LONDON
NUTS code:  UKH -  EAST OF ENGLAND
NUTS code:  UKG -  WEST MIDLANDS (ENGLAND)
NUTS code:  UKF -  EAST MIDLANDS (ENGLAND)
NUTS code:  UKE -  YORKSHIRE AND THE HUMBER
NUTS code:  UKD -  NORTH WEST (ENGLAND)
NUTS code:  UKC -  NORTH EAST (ENGLAND)
II.2.4)

Description of the procurement

Consultants to undertake the necessary data gathering, optioneering, assessment and evaluation work in line with the Siting Factor of Transport to ultimately determine “Whether the relevant Requirements relating to the Transport of waste, people and other materials can be satisfied”. RWM will establish a framework with 3 consultants. Further details are set out in the procurement documents available via the link in Section I.3.
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: 7500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
As detailed in the procurement documents.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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

The estimate value of the services within this Lot may be in the region of 7500000 to 3900000 GBP. The estimate value stated in Section II.2.6 is the maximum value in this range.
II.2)

Description

II.2.1)

Title

Value for Money
Lot No:  9
II.2.2)

Additional CPV code(s)

71244000  -  Calculation of costs, monitoring of costs
71321100  -  Construction economics services
79311400  -  Economic research services
79311410  -  Economic impact assessment
II.2.3)

Place of performance

NUTS code:  UKL -  WALES
NUTS code:  UKK -  SOUTH WEST (ENGLAND)
NUTS code:  UKJ -  SOUTH EAST (ENGLAND)
NUTS code:  UKI -  LONDON
NUTS code:  UKH -  EAST OF ENGLAND
NUTS code:  UKG -  WEST MIDLANDS (ENGLAND)
NUTS code:  UKF -  EAST MIDLANDS (ENGLAND)
NUTS code:  UKE -  YORKSHIRE AND THE HUMBER
NUTS code:  UKD -  NORTH WEST (ENGLAND)
NUTS code:  UKC -  NORTH EAST (ENGLAND)
II.2.4)

Description of the procurement

Consultants to undertake the necessary data gathering, analysis, assessment and evaluation work in line with the Siting Factor of Value for Money to ultimately determine whether the relevant Requirements relating to delivering Value for Money can be satisfied. RWM will establish a framework with a single consultant. Further details are set out in the procurement documents available via the link in Section I.3.
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: 1200000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
As detailed in the procurement documents.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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

The estimate value of the services within this Lot may be in the region of 1200000 to 500000 GBP. The estimate value stated in Section II.2.6 is the maximum value in this range.

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 stated in the procurement documents.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Interested organisations should note that where a candidate wishes to rely on the capacity or capacities of a third party (e.g. parent or group company) in order to meet the economic and financial standing selection criteria, it is required to confirm that a parent or group company guarantee or equivalent will be provided or otherwise confirm that the third party will be jointly and severally liable.
Minimum level(s) of standards possibly required:  
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

Performance requirements are set out in the procurement documents but specifically:
Candidates attention is drawn to the Clients Security Requirements at Schedule 16 of the draft Framework Agreement.
Interested organisations should note that it is a requirement of the framework agreement for each of these Lots that the service providers ensure that personal data is not transferred outside of the UK.
Separate to the requirement for any third party relied upon by a candidate to meet the economic and financial standing selection criteria as referenced in Section III.1.2, RWM may also require appropriate parent company guarantees and may require, in relation to a particular call-off contract under a framework agreement, the provision of a performance bond.
RWM reserves the right to require a consortium or similar group of economic operators to take a specific legal form if RWM considers this is necessary for the satisfactory performance of the services.
he UK.
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:  3
In the case of framework agreements, provide justification for any duration exceeding 4 years:  A full justification is included within procurement documents however: Final assessments and decisions on the suitability of sites will be made by RWM by collating knowledge, information and data gathered from all lots and contractors on the framework and will depend on the integrity and consistency of the systems and process developed and utilised over the agreement term.
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: 2020/S 225-555008
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  11/01/2021
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 : 6  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

RWM reserves the right to discontinue or delay the procurement process and may decide not to establish a framework for one or more Lots as a result of this call for competition. RWM shall not be liable for any costs or expenses incurred by any interested organisation (or any third party) in considering and/or responding to the procurement process. Nothing in this procurement process is intended to form any express or implied contractual relationship between the parties unless and until the award of a framework agreement is concluded. No contract (whether implied or otherwise) shall exist between any interested organisation and RWM until such time as a framework agreement is awarded.
Any framework agreement entered into as a result of this procurement will be considered to be a contract governed by English Law and subject to the exclusive jurisdiction of the Courts of England and Wales.
The procurement documents are available on RWM’s complete tender management (CTM) system. Interested organisations are able to register for the CTM and access the documents via the link in Section I.3.
Details of how services will be called-off per Lot during the life of each framework (and the terms applicable to each call-off) are set out in the draft Framework Agreement provided as part of the procurement documents. Other than Lot 1 Integrator, it is envisaged that call-off contracts will be related to a particular search area which may include one or more sites.
It is envisaged that activities under each framework will fall into one or more of the following 4 stages: Stage 1 (Acquisition of baseline data for the Search Area); Stage 2 (Optioneering and adapting conceptual designs); Stage 3 (Assessment of the Search Area and Site); Stage 4 (Evaluation of the Search Area and Site). RWM may also require the provision of services in relation to a Comparative Evaluation (Stage 5) which RWM will undertake towards the end of the life of the frameworks in the event that there are multiple sites identified and in order to support RWM in making recommendations on the siting of a GDF.
Interested organisations are invited to a virtual Supplier Information to be to be held 17/18th December 2020 further details are included in the procurement documents.
The estimated value of the frameworks across Lots 1 to 9 is envisaged to be between £14.9 and £36.5m with a best estimate outturn of £19.9m. The actual value of services will be dependent the number of communities that participate in the site evaluation.
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 the intention to award a framework agreement is notified to tenderers prior to concluding the award of any framework agreement pursuant to this Contract Notice.
VI.4.4)

Service from which information about the review procedure may be obtained

Radioactive Waste Management Limited
Didcot
UK