Awarded contract

Radioactive Waste Management Facilities Management Services

  • RADIOACTIVE WASTE MANAGEMENT LIMITED

F15: Voluntary ex ante transparency notice

Notice reference: 2022/S 000-000367

Published 6 January 2022, 5:10pm



Section one: Contracting authority/entity

one.1) Name and addresses

RADIOACTIVE WASTE MANAGEMENT LIMITED

BUILDING 329 THOMSON AVENUE

HARWELL

OX11 0GD

Contact

Aisha Adekunle-Lawal

Email

aisha.adekunlelawal@nda.gov.uk

Telephone

+44 1925802299

Country

United Kingdom

NUTS code

UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

Internet address(es)

Main address

www.gov.uk

Buyer's address

www.gov.uk/rwm

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Other activity

Nuclear Decommissioning


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Radioactive Waste Management Facilities Management Services

Reference number

RWM 200

two.1.2) Main CPV code

  • 79993000 - Building and facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

Radioactive Waste Management Limited (the 'Contracting Authority' or 'RWM') entered into a call-off contract with Rolfe Contracting Limited ('RCL') for Facility Management (FM) services for building 329 on the Harwell Campus, Didcot on 1st April 2020 following a competition under the Crown Commercial Services (CCS) Framework, Call off Contract RM3830, Lot 1a for FM services.

As part of NDA's collaborative procurement process under the CCS Framework, RWM sought tenders for FM services at B329 and one floor of B150 of the Harwell Campus. At contract award, B150 was not ready for occupation and such requirements for RCL to carry out FM services at B150 were removed from the contract. RWM always anticipated that FM services to one floor of B150 would be undertaken by RCL during the contract term, when B150 was ready for occupation.

Since the commencement of the contract, RWM's workforce has substantially grown and in December 2021, RWM took occupation of the whole of B150 (two floors) and now requires FM services for the whole of this building.

This VEAT notice is in respect of proposed modifications to the contract awarded to permit RCL to undertake the FM services for the whole of B150. It is not the award of a new contract and the contract will not be extended beyond the current contract period

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £2,550,945

two.2) Description

two.2.2) Additional CPV code(s)

  • 79993100 - Facilities management services

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

two.2.4) Description of the procurement

FM provision for B150 - This covers the FM services for B150, and new staff employed to deliver this (e.g. cleaners, daytime and evening, on-site handyman and management supervision from RCL head office) to carry out the integrated FM services to ensure the building is safe, clean, compliant and secure for RWM staff to perform their normal duties. This will be delivered through a mixture of self-delivery, on-site staff and sub-contracted workforce employed to deliver these services with minimal disruption.

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated without a prior call for competition

  • The works, supplies or services can be provided only by a particular economic operator for the following reason:
    • absence of competition for technical reasons
  • Extreme urgency brought about by events unforeseeable for the contracting authority
  • New works/services, constituting a repetition of existing works/services

Explanation:

The Contracting Authority considers the proposed modifications to the contract are in accordance with Regulations 72(1)(b) of the Public Contracts Regulations 2015 and may lawfully be agreed between the parties and implemented without the need to conduct a fresh procurement procedure.

RWM consider that such additional FM services have become necessary and need to be carried out by RCL as a change of contractor can not be made for the following reasons:

The building is opening to RWM staff and other occupiers on 31 January 2022. There is insufficient time to undertake a tender process and mobilise any new contractor. RCL are already providing FM services to RWM on the same campus site so are aware of RWM requirements and how RWM operates. RCL can mobilise these additional services in a short timeframe.

From a technical perspective, If RCL does not provide the FM services, B150 would not be able to open to RWM staff and other occupiers on 31st January 2022. This is because RWM staff are unable to provide the FM services as this requires skills and expertise which RCL have. Furthermore, RWM know RCL have the capabilities and resources to undertake these FM services as their original bid included provided FM services to B150.

From an economic perspective, if RWM did undertake a procurement exercise, this would be a timely and costly exercise. Building B150, which RWM are already paying rent on, would have to be closed whilst such procurement exercise was undertaken. This would potentially invalidate warranties, leases and insurances which would be very costly to RWM. The delays would be also cause significant inconvenience and potential extra costs for RWM, and the other occupiers of B150; who may need to find alternative office accommodation in the interim, whilst such procurement process was being undertaken.

It is more cost effective to have one supplier undertaking the FM services rather than two different suppliers as there would a duplication of costs and further resources needing to be made available by RWM.

These additional services will not exceed more than 50% of the original contract value

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2018/S 005-007193


Section five. Award of contract/concession

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

1 April 2020

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

Rolfe Contracting Limited

St Albans

Country

United Kingdom

NUTS code
  • UKH - East of England
The contractor/concessionaire is an SME

Yes

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession: £2,550,945


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Crown Commercial Service

Liverpool

Country

United Kingdom