Section one: Contracting authority
one.1) Name and addresses
CTM Portal for the NDA Shared Services Alliance
Calder Bridge
Seascale
CA20 1PG
Contact
Barry Purdy
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
01002607
Internet address(es)
Main address
Buyer's address
https://sharedsystems.eu-supply.com/ctm/Company/CompanyInformation/Index/3510
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15732&B=SELLAFIELD
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Nuclear Decommissioning
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Geological Interpretation
Reference number
RWM679
two.1.2) Main CPV code
- 71351200 - Geological and geophysical consultancy services
two.1.3) Type of contract
Services
two.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
two.1.5) Estimated total value
Value excluding VAT: £2,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.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
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
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.2.2) Time limit for receipt of expressions of interest
Date
6 May 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand
London
London
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand
London
London
Country
United Kingdom
Internet address
six.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.
six.4.4) Service from which information about the review procedure may be obtained
Royal Courts of Justice
Strand
London
Country
United Kingdom