Tender

Security & Safeguards Case Delivery

  • Radioactive Waste Management Limited Trading as Nuclear Waste Services Limited

F02: Contract notice

Notice identifier: 2023/S 000-010045

Procurement identifier (OCID): ocds-h6vhtk-03bd04

Published 5 April 2023, 5:36pm



The closing date and time has been changed to:

19 May 2023, 6:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Radioactive Waste Management Limited Trading as Nuclear Waste Services Limited

Building 329 Thompson Avenue

Didcot

OX11 0GD

Contact

Tanya Marshall

Email

tanya.marshall@nda.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

08920190

Internet address(es)

Main address

https://www.gov.uk/government/organisations/radioactive-waste-management

Buyer's address

https://www.gov.uk/government/organisations/radioactive-waste-management

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://one-nda.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://one-nda.force.com/s/Welcome

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

Responsible for implementing geological disposal of higher activity radioactive wastes.


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Security & Safeguards Case Delivery

Reference number

C8769

two.1.2) Main CPV code

  • 98113100 - Nuclear safety services

two.1.3) Type of contract

Services

two.1.4) Short description

Contract to provide consultancy services specifically for the development of Security & Safeguards cases, supporting the GDF design & development process.

two.1.5) Estimated total value

Value excluding VAT: £1,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79417000 - Safety consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The delivery of the Security & Safeguards case requires a very niche skill set to deliver a focussed holistic and integrated solution to all aspects of safety at the Geological Disposal Facility (GDF). Not exhaustive but including:

i) Vital Area Identification and Categorisation of a conceptual nuclear facility;

ii) Cyber Security Risk Assessment of a conceptual nuclear facility namely - Computer Based Systems Important to Safety (CBSIS) and Computer Based Security (CBSy);

iii) The application of a Security and Safeguards by design approach to the design development;

iv) The delivery of Basic Technical Characteristics (BTC) for scrutiny by the International Atomic Energy Agency (IAEA).

The delivery of project focused briefings and presentations to the Office for Nuclear Regulation (ONR) Civil Nuclear Security and Safeguards (CNSS) in collaboration with the project lead and Security & Safeguards Officer as the Intelligent Customer (I/C).

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: £1,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

30 June 2023

End date

29 June 2025

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As per tender 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.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

5 May 2023

Changed to:

Date

19 May 2023

Local time

6:00pm

See the change notice.

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

Tender must be valid until: 4 August 2023

four.2.7) Conditions for opening of tenders

Date

5 April 2023

Local time

6:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court

Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.justice.gov.uk

six.4.2) Body responsible for mediation procedures

High Court

Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.justice.gov.uk

six.4.3) Review procedure

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

Radioactive Waste Management Limited Trading as Nuclear Waste Services Limited

Building 329 Thompson Avenue

Didcot

OX11 0GD

Email

andrew.batstone@nda.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/radioactive-waste-management