Prior information notice - Call for competition

Information

Published

Expire date: 06/05/2022

External Reference: 2022-441019

Prior information notice - Call for competition

Prior information notice

Services

This notice is a call for competition

Section I: Contracting authority

I.1)

Name and addresses

CTM Portal for the NDA Shared Services Alliance
01002607
Calder Bridge
Seascale
CA20 1PG
UK
Contact person: Barry Purdy
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=15732&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

Geological Interpretation
Reference number:  RWM679
II.1.2)

Main CPV code

71351200  -  Geological and geophysical consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

RWM require access to specialist resources within the supply chain which have expertise in a diverse range of interpretation techniques, geological settings and industry backgrounds, in order to develop a comprehensive understanding of potential GDF locations to support the Site Evaluation Process. At this stage the requirement is to use legacy data and RWM’s soon to be acquired 2D and 3D seismic datasets to perform a series of geological interpretations which will begin the process of characterising the potential host rock volume. The Primary focus of this task is to interpret the available seismic data to produce a detailed understanding of the geometry and stratigraphy of the potential host rock volume, a secondary element is to combine this with legacy borehole data to enhance the characterisation. Additional aspects of the work which RWM may wish to discuss would include the use of other techniques such as rock physics and seismic inversion alongside geological modelling
II.1.5)

Estimated total value

Value excluding VAT: 2000000.00  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
71351730  -  Geological prospecting services
71351913  -  Geological exploration services
71352100  -  Seismic 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

This Prior Information Notice is to signal an intention to commence market engagement with those within the relevant professional services market and to alert the market to potential forthcoming tender exercise(s).
RWM require access to specialist resources within the supply chain which have expertise in a diverse range of interpretation techniques, geological settings and industry backgrounds, in order to develop a comprehensive understanding of potential GDF locations to support the Site Evaluation Process.
At this stage the requirement is to use legacy data and RWM’s soon to be acquired 2D and 3D seismic datasets to perform a series of geological interpretations which will begin the process of characterising the potential host rock volume.
The Primary focus of this task is to interpret the available seismic data to produce a detailed understanding of the geometry and stratigraphy of the potential host rock volume, a secondary element is to combine this with legacy borehole data to enhance the characterisation. Additional aspects of the work which RWM may wish to discuss would include the use of other techniques such as rock physics and seismic inversion alongside geological modelling etc…
RWM anticipate, that due to the complexity of some sites, there will be a range of possible interpretations and therefore are particularly keen to understand their probability and uncertainty.
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: 2000000.00  GBP
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

RWM intends to hold market engagement sessions through May 2021 and June 2022 with industry experts and suppliers interested in potentially bidding for the resulting commercial agreement(s).
Please express your interest to be involved in this market engagement process by responding to this notice via the messaging function.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted 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.2.2)

Time limit for receipt of expressions of interest

Date:  06/05/2022
Local time:  12:00
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

Royal Courts of Justice
Strand
London
UK