Section one: Contracting authority
one.1) Name and addresses
RADIOACTIVE WASTE MANAGEMENT LIMITED
Building 329 West Thomson Avenue, Harwell Oxford
Didcot
OX11 0GD
Contact
John O'Dor
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://sharedsystems.eu-supply.com/login.asp
Buyer's address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://sharedsystems.eu-supply.com/login.asp
Additional information can be obtained from the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Cost estimating support to Technical Programme
Reference number
RWM445
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
RWM requires a supplier to provide cost estimation and modelling support to the in-house Cost and Estimating Team over the next 3 years for the following components of the above scope
• T2 Projects: this will largely involve supporting work package managers (WPMs) and project managers (PMs) with producing their baseline cost estimate at the work package or project initiation stage before handover to ongoing cost management. There will be a small number of larger value (tens of millions of pounds) projects that will deliver scope in T2, these will require production of baseline cost estimate, including base estimate, uncertainty and risk, cost estimate report, verification and validation (V&V), approval; costing inputs to project business cases; supplier cost assurance / validation; responding to independent review queries and recommendations.
• Large value T3 Projects: these projects could have a value of hundreds of millions of pounds and a duration greater than 10 years, deliverables will include costing inputs to project business cases, primarily production of baseline cost estimates, including base estimate, uncertainty and risk (schedule and cost quantitative risk analysis), cost estimate report, V&V, audit trail, approval, responding to independent review queries and recommendations, and evaluating supplier bids.
• Tranches 3, 4, 5 and 6, at appropriate levels of detail given tranche 5 is expected to have a duration of over 100 years.
• Overall GDF Programme Cost Model: the existing integrated GDF whole life cost (WLC) includes estimates for the facility construction, operation and closure for a range of scenarios and assumptions, these will need to be updated as site selection progresses and Programme uncertainty and options reduce.
• Procurement "Should Cost" Models and bid evaluation.
• Other cost studies to support the NDA Group and RWM
two.1.5) Estimated total value
Value excluding VAT: £1,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
RWM requires a supplier to provide cost estimation and modelling support to the in-house Cost and Estimating Team over the next 3 years for the following components of the above scope:
• T2 Projects: this will largely involve supporting work package managers (WPMs) and project managers (PMs) with producing their baseline cost estimate at the work package or project initiation stage before handover to ongoing cost management. There will be a small number of larger value (tens of millions of pounds) projects that will deliver scope in T2, these will require production of baseline cost estimate, including base estimate, uncertainty and risk, cost estimate report, verification and validation (V&V), approval; costing inputs to project business cases; supplier cost assurance / validation; responding to independent review queries and recommendations.
• Large value T3 Projects: these projects could have a value of hundreds of millions of pounds and a duration greater than 10 years, deliverables will include costing inputs to project business cases, primarily production of baseline cost estimates, including base estimate, uncertainty and risk (schedule and cost quantitative risk analysis), cost estimate report, V&V, audit trail, approval, responding to independent review queries and recommendations, and evaluating supplier bids.
• Tranches 3, 4, 5 and 6, at appropriate levels of detail given tranche 5 is expected to have a duration of over 100 years.
• Overall GDF Programme Cost Model: the existing integrated GDF whole life cost (WLC) includes estimates for the facility construction, operation and closure for a range of scenarios and assumptions, these will need to be updated as site selection progresses and Programme uncertainty and options reduce.
• Procurement "Should Cost" Models and bid evaluation.
• Other cost studies to support the NDA Group and RWM
two.3) Estimated date of publication of contract notice
17 February 2022
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section six. Complementary information
six.3) Additional information
• This RFI will help us to refine the requirements.
• We reserve the right not to proceed with a further competition. Nothing shall constitute a commitment to ordering unless we undertake a further competition that results in the award of a Call-Off Contract.
• Should a Call-Off Agreement be awarded following a further competition, the Potential Provider agrees to supply the services in accordance with the Call-Off Terms contained within the Framework RM6242 DPS
• Any and all costs associated with the production of such a response either to a RFI or a further competition must be borne by the Supplier. We will not contribute in any way to meeting production costs of any response.
• No down-selection of Potential Providers will take place as a consequence of any responses or interactions relating to this RFI.
• We expect that all responses to this RFI will be provided by Potential Providers in good faith to the best of their ability in the light of information available at the time of their response.
• No information provided by a Potential Provider in response to this RFI will be carried forward, used, or acknowledged in any way for the purpose of evaluating the Potential Provider, in any subsequent formal procurement process.