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
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
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand
London
London
Country
United Kingdom
Internet address
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