Opportunity

Groundwater Capability Framework

  • Radioactive Waste Management

F02: Contract notice

Notice reference: 2021/S 000-018130

Published 29 July 2021, 4:42pm



The closing date and time has been changed to:

16 September 2021, 1:30pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Radioactive Waste Management

Building 329, Thomson Avenue

Didcot

OX11 0GD

Contact

James Gatawa

Email

James.gatawa@nda.gov.uk

Telephone

+44 1925802823

Country

United Kingdom

NUTS code

UKJ14 - Oxfordshire

National registration number

8920190

Internet address(es)

Main address

https://www.gov.uk/government/case-studies/shared-services-alliance-ssa-for-nuclear-decommissioning-estate

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=13886&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=13886&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

Groundwater Capability Framework

Reference number

RWM433

two.1.2) Main CPV code

  • 90733700 - Groundwater pollution monitoring or control services

two.1.3) Type of contract

Services

two.1.4) Short description

This tender relates to the establishment of a groundwater capability framework (hereafter ‘the framework’).It is intended for advancement of the Scientific and Technology Readiness Levels (SRL/TRL) of groundwater tools, techniques and workflows commensurate with the needs of the GDF programme.

There are 3 Lots under this framework. namely:

• Lot 1: Laboratory and field techniques and tools for the collection of hydrogeochemical/hydrogeological geomicrobiological data (e.g. laboratory based geochemical, hydrogeological and mineralogical studies, extending to tool validation in the field).

• Lot 2: Conceptual understanding and numerical representation – using hydrogeological and geochemical information to understand a site / setting, including the past and possible future evolution. This may include groundwater model rehearsals .

• Lot 3: Provision of expert advice, including peer review, support for hydrogeological workflow development and technical integration.

two.1.5) Estimated total value

Value excluding VAT: £4,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1,

Lot 2,

Lot 3

Bidders have the opportunity to submit bids for all or any combination of lots.

two.2) Description

two.2.1) Title

Laboratory and field techniques and tools for the collection of hydrogeochemical/hydrogeological geomicrobiological data

Lot No

1

two.2.2) Additional CPV code(s)

  • 71900000 - Laboratory services
  • 90733700 - Groundwater pollution monitoring or control services

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire
  • UKJ - South East (England)
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

Developing and maintaining specialist tools and techniques for collection of groundwater samples and in-situ and laboratory analysis of groundwaters. The nature of tasks may include the following:

i. Recovery of pore waters from highly consolidated clays: understanding of existing, and potential development of alternative, approaches to recover porewater from diffusive / low permeability materials, both in the field and laboratory

ii. Delivery of specialist analysis for the interpretation of groundwater age / residence time for the full range of rock types which may be expected along the groundwater flow path. This will include high transmissivity, near-surface systems as well as deep, ancient waters. Specifically, stable and/or radioactive isotope analysis and reactive / nonreactive tracers is expected (e.g. 4He, 81Kr, 36Cl, 234U/238U and 14C)

iii. Advancing analytical approaches to reduce sample volume requirements, and/or to enhance speed of testing, understanding options for QA/QC / data reporting and control of analytical data

iv. Advancing tools for geomicrobiological characterisation

v. Interpretation and evaluation of analytical data

vi. Experimental work to support definition of reference groundwaters (e.g. water-rock-

EBS interaction studies) vii. Development / contribution to laboratory and field manuals, for example for definition of the equipment needs and sampling approaches and techniques

viii. Advanced core analysis techniques for hydro-geological/ -geochemical parameterisation

ix. Testing of existing specialist down hole tools for shallow and deep groundwater testing appropriate for GDF programme, such as PFL / Chemmac3 for example*

x. Development of new down-hole techniques for accurate determination of unstable parameters such as Eh, dissolved oxygen and sulphide. This may involve partnership working for the innovation and development of new tools and techniques to support surface-based and intrusive site investigations

xi. Development of novel remote sensing techniques to gather regional hydrogeological information

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: £1,700,000

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

Option for an extension for a period of 1 year.

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

Conceptual understanding and numerical representation – using hydrogeological and geochemical information to understand a site / setting, including the past and possible future evolution.

Lot No

2

two.2.2) Additional CPV code(s)

  • 90733700 - Groundwater pollution monitoring or control services
  • 72242000 - Design-modelling services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

Lot 2 comprises desk-based activities, developing conceptual and numerical models to build understanding of regional and local hydrogeological systems, and how these will evolve following disturbance by GDF construction, during post closure evolution and as a result of external impacts such as future climate change. The nature of tasks may include the following:

i. Gathering and QA/QC checks of historical data / ‘dummy’ data, for the development of conceptual hydrogeological models.

ii. Development of conceptual hydrogeological models for candidate sites based mainly on pre-existing desk study and, when relevant, new seismic data, to support development of the site descriptive models (SDMs).

iii. Development of simple groundwater flow models based upon site conceptualisation, considering variable density flow, in order to support early performance assessments

iv. Coupled-process modelling to represent the interaction between components of the system and to understand impacts on regional flow (including rock structure, stresses and mechanical properties, hydrology, thermal gradients, geochemistry (including viscosity and the movement of dense brines), petrology, mineralogy and geomicrobiology

v. Reactive transport modelling

vi. Predictive (hind/fore-cast) modelling to provide understanding of system evolution, including verification, validation, sensitivity testing and code comparison exercises

vii. Consideration of methods for modelling strongly heterolithic, dual-porosoity sedimentary media with low (diffusive) matrix permeability and layer-bound fracture systems.

Effective uncertainty management, quantification and communication will be a crucial element of all modelling activities, please refer to RWM (2017)

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: £1,900,000

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

Option for an extension for a period of 1 year

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

Provision of expert advice, including peer review, support for hydrogeological workflow development and technical integration.

Lot No

3

two.2.2) Additional CPV code(s)

  • 90733700 - Groundwater pollution monitoring or control services
  • 71351200 - Geological and geophysical consultancy services
  • 71621000 - Technical analysis or consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United kingdom

two.2.4) Description of the procurement

Lot 3 provides a call-off resource to support RWM colleagues with the development of internal and external workflows, processes and technical advice / support relating to groundwater relevant to the GDF programme. This is a strategic level lot which will be called upon at pressure points in the GDF, the nature of tasks may include the following:

- State of knowledge reviews

- Participation in RWM strategic governance such as the Groundwater Review Group

- Facilitation and curation of workshops, for example for the elicitation of requirements

- Expert review of internal documents, such as technical notes, reports and specifications

- Peer review of supply chain led technical work, as required for publication to RWM’s bibliography

The number of suppliers qualifying for Lot 3 will not be limited.

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: £400,000

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

Option for an extension for aperiod of 1 year

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

List and brief description of conditions

Bidders will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to an Invitation to Tender (“ITT”).

Registering for access.

This procurement will be managed electronically via the CTM eSourcing portal. This will be the primary route for sharing all information and communicating with bidders.

If not alreadt registered, you will first need to register your organisation on the portal.

To register, you will need to:

1. Go to the URL: https://

sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=12954&B=SELLAFIELD

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


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: 250

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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-005841

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

Originally published as:

Date

2 September 2021

Local time

1:30pm

Changed to:

Date

16 September 2021

Local time

1:30pm

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: 3 December 2021

four.2.7) Conditions for opening of tenders

Date

2 September 2021

Local time

1:30pm


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

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