Section one: Contracting authority
one.1) Name and addresses
Radioactive Waste Management
Building 329, Thomson Avenue
Didcot
OX11 0GD
Contact
David Wood
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
8920190
Internet address(es)
Main address
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=13634&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=13634&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
Site Characterisation Support Services Framework
Reference number
RWM400T
two.1.2) Main CPV code
- 71351220 - Geological consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The scope of work included in this framework aims to provide RWM with support preparing and delivering site characterisation services including: Scope area 1: Site Characterisation Knowledge Base Scope area 2: Site Characterisation Cost & Schedule Estimation Scope area 3: Site Characterisation Enabling Systems Scope area 4: Planning and Managing Site Investigations
two.1.5) Estimated total value
Value excluding VAT: £8,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71351200 - Geological and geophysical consultancy services
- 71351913 - Geological exploration services
- 71352100 - Seismic services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Didcot
two.2.4) Description of the procurement
The scope of work included in this framework aims to provide RWM with support preparing and delivering site characterisation services including: Scope area 1: Site Characterisation Knowledge Base Scope area 2: Site Characterisation Cost & Schedule Estimation Scope area 3: Site Characterisation Enabling Systems Scope area 4: Planning and Managing Site Investigations
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: £8,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Option to extend by a further 12 months subject to RWM discretion.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend by a further 12 months subject to RWM discretion.
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
The potential 5th year is justified on the basis that the most likely number of communities that will undergo seismic surveys is three, and that these surveys can be completed in one season in 2022/2023. However, it is possible, that more than three communities will require seismic surveys and therefore work will go on longer than planned, i.e. into 2025.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As set out in the procurement documents.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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: 4
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: 2020/S 189-457558
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 June 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
10 June 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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
RWM
Didcot
Country
United Kingdom