Contract notice

Information

Published

Expire date: 16/08/2021

External Reference: 2021-456462

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Radioactive Waste Management Ltd
8920190
Building 329 Thomson Avenue, Harwell Campus
Didcot
OX11 0GD
UK
Contact person: Barry Purdy
Telephone: +44 7850187950
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=13820&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

Marine Seismic Survey and Processing
Reference number:  RWM467BP
II.1.2)

Main CPV code

71352100  -  Seismic services
II.1.3)

Type of contract

Services
II.1.4)

Short description

RWM are launching a seismic surveying programme to support RWM in its work towards a implementing a Geological Disposal Facility.
We are seeking to award framework agreements which, through different tenders, will provide us access to a full range of seismic services, including seismic acquisition (in different environments) processing of seismic data and interpretation services.
II.1.5)

Estimated total value

Value excluding VAT: 17500000.00  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:  3
II.2)

Description

II.2.1)

Title

Lot 1 3D Marine Seismic Acquisition: Deep Water
Lot No:  1
II.2.2)

Additional CPV code(s)

71351200  -  Geological and geophysical consultancy services
71351220  -  Geological consultancy services
71353200  -  Dimensional surveying services
71354500  -  Marine survey services
71355000  -  Surveying services
98360000  -  Marine 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 1 3D Marine Seismic Acquisition: Deep Water
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
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.2.10)

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)

Description

II.2.1)

Title

Lot 2 2D Marine Seismic Acquisition
Lot No:  2
II.2.2)

Additional CPV code(s)

71351200  -  Geological and geophysical consultancy services
71351220  -  Geological consultancy services
71353200  -  Dimensional surveying services
71354500  -  Marine survey services
71355000  -  Surveying services
98360000  -  Marine 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 2D Marine Seismic Acquisition
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
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.2.10)

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)

Description

II.2.1)

Title

Lot 3 Seismic Processing
Lot No:  3
II.2.2)

Additional CPV code(s)

71352120  -  Seismic data acquisition services
71352130  -  Seismic data collection services
71352140  -  Seismic processing services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Lot 3 Seismic Processing
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
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.2.10)

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

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

Potential service providers will be assessed on the basis of information provided in response to an Invitation to Tender

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 several operators
Envisaged maximum number of participants to the framework agreement:  2
In the case of framework agreements, provide justification for any duration exceeding 4 years:  A full justification is included within procurement documents
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:  02/08/2021
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)
IV.2.7)

Conditions for opening of tenders

Date:  02/08/2021
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Radioactive Waste Management Limited (RWM) are launching a seismic surveying programme to support RWM in its work towards a implementing a Geological Disposal Facility.
We are seeking to award framework agreements which, through different tenders, will provide us access to a full range of seismic services, including seismic acquisition (in different environments) processing of seismic data and interpretation services.
Future tenders will include interpretation of seismic data, and acquisition of seismic data in other environments, including shallow water and if required, land and transition zones.
This tender sets out the scope for 3 Lots which are specifically focused on acquisition of 2D and 3D seismic data in deeper water (>10m water depth) and the processing seismic data in marine environments.
Contracts will be called-off this framework agreement to provide the services in different Community Partnership areas around England and Wales as they come forward, increasing RWM’s understanding of the geology to feed into decisions on site suitability and aid future planning.
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 Ltd
Didcot
UK