Opportunity

Marine Seismic Survey and Processing

  • Radioactive Waste Management Ltd

F02: Contract notice

Notice reference: 2021/S 000-015249

Published 2 July 2021, 4:12pm



Section one: Contracting authority

one.1) Name and addresses

Radioactive Waste Management Ltd

Building 329 Thomson Avenue, Harwell Campus

Didcot

OX11 0GD

Contact

Barry Purdy

Email

Barry.Purdy@nda.gov.uk

Telephone

+44 7850187950

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

8920190

Internet address(es)

Main address

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

Buyer's address

https://sharedsystems.eu-supply.com/ctm/Company/CompanyInformation/Index/3510

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=13820&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=13820&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

Marine Seismic Survey and Processing

Reference number

RWM467BP

two.1.2) Main CPV code

  • 71352100 - Seismic services

two.1.3) Type of contract

Services

two.1.4) Short description

RWM are launching a seismic surveying programme to support RWM in its work towards a implementing a Geological Disposal Facility.

We are seeking to award framework agreements which, through different tenders, will provide us access to a full range of seismic services, including seismic acquisition (in different environments) processing of seismic data and interpretation services.

two.1.5) Estimated total value

Value excluding VAT: £17,500,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Lot 1 3D Marine Seismic Acquisition: Deep Water

Lot No

1

two.2.2) Additional CPV code(s)

  • 71351200 - Geological and geophysical consultancy services
  • 71351220 - Geological consultancy services
  • 71353200 - Dimensional surveying services
  • 71354500 - Marine survey services
  • 71355000 - Surveying services
  • 98360000 - Marine services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
  • UKK - South West (England)
  • UKJ - South East (England)
  • UKI - London
  • UKH - East of England
  • UKG - West Midlands (England)
  • UKF - East Midlands (England)
  • UKE - Yorkshire and the Humber
  • UKD - North West (England)
  • UKC - North East (England)

two.2.4) Description of the procurement

Lot 1 3D Marine Seismic Acquisition: Deep Water

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

60

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

two.2) Description

two.2.1) Title

Lot 2 2D Marine Seismic Acquisition

Lot No

2

two.2.2) Additional CPV code(s)

  • 71351200 - Geological and geophysical consultancy services
  • 71351220 - Geological consultancy services
  • 71353200 - Dimensional surveying services
  • 71354500 - Marine survey services
  • 71355000 - Surveying services
  • 98360000 - Marine services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
  • UKK - South West (England)
  • UKJ - South East (England)
  • UKI - London
  • UKH - East of England
  • UKG - West Midlands (England)
  • UKF - East Midlands (England)
  • UKE - Yorkshire and the Humber
  • UKD - North West (England)
  • UKC - North East (England)

two.2.4) Description of the procurement

Lot 2 2D Marine Seismic Acquisition

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

60

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

two.2) Description

two.2.1) Title

Lot 3 Seismic Processing

Lot No

3

two.2.2) Additional CPV code(s)

  • 71352120 - Seismic data acquisition services
  • 71352130 - Seismic data collection services
  • 71352140 - Seismic processing services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 3 Seismic Processing

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

60

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

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

Potential service providers will be assessed on the basis of information provided in response to an Invitation to Tender


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: 2

In the case of framework agreements, provide justification for any duration exceeding 4 years:

A full justification is included within procurement documents

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

2 August 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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

2 August 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Radioactive Waste Management Limited (RWM) are launching a seismic surveying programme to support RWM in its work towards a implementing a Geological Disposal Facility.

We are seeking to award framework agreements which, through different tenders, will provide us access to a full range of seismic services, including seismic acquisition (in different environments) processing of seismic data and interpretation services.

Future tenders will include interpretation of seismic data, and acquisition of seismic data in other environments, including shallow water and if required, land and transition zones.

This tender sets out the scope for 3 Lots which are specifically focused on acquisition of 2D and 3D seismic data in deeper water (>10m water depth) and the processing seismic data in marine environments.

Contracts will be called-off this framework agreement to provide the services in different Community Partnership areas around England and Wales as they come forward, increasing RWM’s understanding of the geology to feed into decisions on site suitability and aid future planning.

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

Radioactive Waste Management Ltd

Didcot

Country

United Kingdom