Tender

Asbestos Innovation Partnership

  • Nuclear Decommissioning Authority

F02: Contract notice

Notice identifier: 2023/S 000-013315

Procurement identifier (OCID): ocds-h6vhtk-03c79f

Published 10 May 2023, 1:45pm



Section one: Contracting authority

one.1) Name and addresses

Nuclear Decommissioning Authority

Herdus House Westlakes Science and Technology Park Moor Row

Cumbria

CA24 3HU

Contact

Maddie Jones

Email

madeline.jones@nda.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

N/A

Internet address(es)

Main address

https://www.gov.uk/government/organisations/nuclear-decommissioning-authority

Buyer's address

https://www.gov.uk/government/organisations/nuclear-decommissioning-authority

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 to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Nuclear


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Asbestos Innovation Partnership

two.1.2) Main CPV code

  • 90520000 - Radioactive-, toxic-, medical- and hazardous waste services

two.1.3) Type of contract

Services

two.1.4) Short description

The NDA is looking for the supply chain to develop an innovative solution that converts
asbestos and asbestos-containing materials (ACM), that are currently considered as wastes with
significant chemo-toxic properties, into an inert product that can be re-used. The requirement is to
primarily treat radiologically-contaminated Asbestos / ACM up to, and including that classified as,
Intermediate Level Waste. The scope includes highly friable material. It is expected that the technology
developed will also be applicable to non-radiologically contaminated asbestos / ACM and this may prevent
significant quantities having to be sent to licenced hazardous landfills.
Although primarily aimed at NDA estate wastes, the service may be accessible to non-NDA estate
organisations in the UK Nuclear Industry.

two.1.5) Estimated total value

Value excluding VAT: £80,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71241000 - Feasibility study, advisory service, analysis
  • 73000000 - Research and development services and related consultancy services
  • 79723000 - Waste analysis services
  • 79421200 - Project-design services other than for construction work
  • 73300000 - Design and execution of research and development
  • 79930000 - Specialty design services
  • 98391000 - Decommissioning services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The procurement over 8 +1 +1 years will provide a fully operational service (Technology
Readiness Level (TRL) 9) through the delivery of an innovative treatment solution for both
radiologically-contaminated and non-contaminated asbestos / ACM. The aim of the new service to make
“re-use” the preferred management option and disposal the least preferred management option (in
alignment with the waste hierarchy), and to thereby decrease the risks and hazards associated with
asbestos/ACM handling and management.
The procurement will start with up to a 12 month R&D and Testing phase awarding up to 3 suppliers £0-£4M per supplier.
The next phase is a 4 year Build / Pilot Operations (inactive and active demonstrators (up to 2 suppliers, capped budget of £27m each) and finally a 1 Year Fully Operational Service,, (up to 2 suppliers, capped budget of £7m each). The work will be managed and coordinated by the NDA but may novate over to Nuclear Waste Services and maybe accessed by other entities of the NDA Group.

Whilst this is advertised as a services contract, Goods and works will apply.

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: £80,000,000

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

Duration in months

120

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

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

two.2.14) Additional information

Any waste products (including secondary waste) of the service that are not re-usable must be
disposable and the service should aspire to be carbon-neutral in line with UK Government Policy.
The service must comply to all existing regulatory requirements for handling asbestos and ACM, e.g the
UK REACH chemical regulations”.


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

As per SSQ doc and Additional information

three.1.2) Economic and financial standing

List and brief description of selection criteria

As per SSQ doc and Additional information

Minimum level(s) of standards possibly required

As per SSQ doc and Additional information

three.1.3) Technical and professional ability

List and brief description of selection criteria

As per SSQ doc and Additional information

Minimum level(s) of standards possibly required

As per SSQ doc and Additional information

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As per SSQ doc and Additional information


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Innovation partnership

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

19 June 2023

Local time

11:00am

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

20 July 2023

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


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

Nuclear Decommissioning Authority

Herdus House Westlakes Science and Technology Park Moor Row

Cumbria

CA24 3HU

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/nuclear-decommissioning-authority

six.4.2) Body responsible for mediation procedures

Nuclear Decommissioning Authority

Herdus House Westlakes Science and Technology Park Moor Row

Cumbria

CA24 3HU

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/nuclear-decommissioning-authority

six.4.4) Service from which information about the review procedure may be obtained

Nuclear Decommissioning Authority

Herdus House Westlakes Science and Technology Park Moor Row

Cumbria

CA24 3HU

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/nuclear-decommissioning-authority