Contract award notice

Information

Published

Date of dispatch of this notice: 16/04/2021

External Reference: 2021-435301

TED Reference: 2021/S 077-198915

Contract award notice

Cached Version

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: Karen Hodsdon
Telephone: +44 1925802823
NUTS code:  UK -  UNITED KINGDOM
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

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.1.6)

Information about lots

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

Total value of the procurement

Value excluding VAT:  3000000.00  GBP
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

Criteria below
Quality criterion  -  Name:  Approach  /  Weighting:  25
Quality criterion  -  Name:  Team  /  Weighting:  25
Quality criterion  -  Name:  Experience  /  Weighting:  10
Quality criterion  -  Name:  Management  /  Weighting:  10
Cost criterion  -  Name:  Price  /  Weighting:  30
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

Criteria below
Quality criterion  -  Name:  Approach  /  Weighting:  25
Quality criterion  -  Name:  Team  /  Weighting:  25
Quality criterion  -  Name:  Experience  /  Weighting:  10
Quality criterion  -  Name:  Management  /  Weighting:  10
Cost criterion  -  Name:  Price  /  Weighting:  30
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 IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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 185-447994

Section V: Award of contract

Contract No: 1

Lot No: 1

Title: Engineering Feasibility Studies (RWM357)

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

Award of contract

V.2.1)

Date of conclusion of the contract

18/03/2021
V.2.2)

Information about tenders

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

Name and address of the contractor

WSP UK LIMITED
413855944
8 First Street,
Manchester,
M15 4RP
UK
Telephone: +44 1612357784
Fax: +44 1612357784
NUTS code:  UK -  UNITED KINGDOM
Internet address: https://www.wsp.com/

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:  1500000.00  GBP
Total value of the contract/lot:  1500000.00  GBP

Section V: Award of contract

Contract No: 2

Lot No: 2

Title: Engineering Feasibility Studies (RWM358)

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

Award of contract

V.2.1)

Date of conclusion of the contract

18/03/2021
V.2.2)

Information about tenders

Number of tenders received:  1
Number of tenders received by electronic means:  1
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
SE1 2QG
London
SE1 2QG
UK
Telephone: +44 01612005000
Fax: +44 1912262222
NUTS code:  UK -  UNITED KINGDOM
Internet address: http://www.jacobs.com

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:  1500000.00  GBP
Total value of the contract/lot:  1500000.00  GBP

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: 
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 incorporated a 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