Opportunity

Integrated Waste Management Specialist Nuclear Services Framework (IWM24)

  • NUCLEAR WASTE SERVICES

F02: Contract notice

Notice reference: 2024/S 000-012043

Published 12 April 2024, 4:03pm



Section one: Contracting authority

one.1) Name and addresses

NUCLEAR WASTE SERVICES

Pelham House, Pelham Drive,

Calderbridge

CA20 1DB

Contact

Robert Boston

Email

robert.boston@nuclearwasteservices.uk

Country

United Kingdom

NUTS code

UKJ - South East (England)

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.gov.uk/government/organisations/nuclear-waste-services/about

Buyer's address

https://www.gov.uk/government/organisations/nuclear-waste-services/about

one.3) Communication

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

https://atamis-2464.my.site.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://atamis-2464.my.site.com/s/Welcome

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Nuclear Waste Services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Integrated Waste Management Specialist Nuclear Services Framework (IWM24)

Reference number

C16881

two.1.2) Main CPV code

  • 90521000 - Radioactive waste treatment services

two.1.3) Type of contract

Services

two.1.4) Short description

Multi-Supplier, Multi-Lot Framework to provide fast, streamlined access to suitably qualified and experienced specialist capabilities and services to support delivery of all aspects of the Nuclear Waste Service: Integrated Waste Management Programme.

Organisations are invited to submit their ITT responses via NWS's Atamis system (https://atamis-2464.my.site.com/s/Welcome), which can be accessed against Record Ref C16881 Integrated Waste Management Specialist Nuclear Services Framework (IWM24) which is listed within the 'Find Opportunities' area on the portal.

two.1.5) Estimated total value

Value excluding VAT: £26,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 - Waste Management Culture, Knowledge Management, and Sustainability

Lot No

1

two.2.2) Additional CPV code(s)

  • 72224000 - Project management consultancy services
  • 73210000 - Research consultancy services
  • 79411000 - General management consultancy services
  • 90521000 - Radioactive waste treatment services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

Lot 1 - Waste Management Culture, Knowledge Management, and Sustainability

Aim: The aim of this service is to support the key activities around Waste Management Culture, Knowledge Management, and Sustainability.

 Maximum number of suppliers: 3

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

2+1+1

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

PCR15

two.2) Description

two.2.1) Title

Lot 2 - Strategy and Waste Management Business Case Development and Implementation

Lot No

2

two.2.2) Additional CPV code(s)

  • 71318000 - Advisory and consultative engineering services
  • 72224000 - Project management consultancy services
  • 73210000 - Research consultancy services
  • 79411000 - General management consultancy services
  • 90521000 - Radioactive waste treatment services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

Lot 2-Strategy and Waste Management Business Case Development and Implementation.

Aim: The aim of this service is to support the development of business cases and strategic papers and position papers.

 Maximum number of suppliers: 3

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

2+1+1

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

PCR15

two.2) Description

two.2.1) Title

Lot 3 - Technical Strategic Underpinning

Lot No

3

two.2.2) Additional CPV code(s)

  • 71313000 - Environmental engineering consultancy services
  • 71318000 - Advisory and consultative engineering services
  • 71320000 - Engineering design services
  • 71336000 - Engineering support services
  • 72224000 - Project management consultancy services
  • 79411000 - General management consultancy services
  • 79415200 - Design consultancy services
  • 90521000 - Radioactive waste treatment services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

Lot 3 - Technical Strategic Underpinning

Aim: The aim of this Lot is to support production of strategic work being undertaken by detailed underpinning assessments in different technical areas. This includes engineering designs for the safe packaging, disposal of radioactive waste. It will also support the safe long-term management of radioactive wastes, by underpinning the lifecycle management approach and ultimate disposability of the wastes. A significant amount of the engineering design work is likely to be contracted through the wider NDA and only the specific areas noted within the CTS are likely to be contracted via this route.

 Maximum number of suppliers: 5

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

2+1+1

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

PCR15

two.2) Description

two.2.1) Title

Lot 4 - IWM Task-Based Support

Lot No

4

two.2.2) Additional CPV code(s)

  • 71313000 - Environmental engineering consultancy services
  • 71318000 - Advisory and consultative engineering services
  • 71320000 - Engineering design services
  • 71336000 - Engineering support services
  • 72224000 - Project management consultancy services
  • 73210000 - Research consultancy services
  • 79411000 - General management consultancy services
  • 79415200 - Design consultancy services
  • 90521000 - Radioactive waste treatment services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

Lot 4 IWM Task-Based Support

Aim: The aim of this service is to provide suitably qualified and experienced persons to act as task managers to support delivery of the different work areas within the IWM Delivery Team.

 Maximum number of suppliers:5

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

2+1+1

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

PCR15


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

See ITT documentation

three.1.2) Economic and financial standing

List and brief description of selection criteria

See ITT documentation

Minimum level(s) of standards possibly required

See ITT documentation

three.1.3) Technical and professional ability

List and brief description of selection criteria

See ITT documentation

Minimum level(s) of standards possibly required

See ITT documentation

three.2) Conditions related to the contract

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: 16

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 tenders or requests to participate

Date

13 June 2024

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: 12 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

14 June 2024

Local time

12:00pm


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

Royal Courts Of Justice

London

WC2A 2LL

Email

RCJ.DCO@justice.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice

six.4.2) Body responsible for mediation procedures

Royal Courts Of Justice

london

WC2A 2LL

Email

RCJ.DCO@justice.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice

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