Tender

Site Characterisation Support Services Framework

  • Radioactive Waste Management

F02: Contract notice

Notice identifier: 2021/S 000-009992

Procurement identifier (OCID): ocds-h6vhtk-02ae79

Published 7 May 2021, 3:15pm



Section one: Contracting authority

one.1) Name and addresses

Radioactive Waste Management

Building 329, Thomson Avenue

Didcot

OX11 0GD

Contact

David Wood

Email

david.wood@nda.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

8920190

Internet address(es)

Main address

https://www.gov.uk/government/case-studies/shared-services-alliance-ssa-for-nuclear-decommissioning-estate

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

http://www.justice.gov.uk

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

London

London

Country

United Kingdom

Internet address

http://www.justice.gov.uk

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