Section one: Contracting authority
one.1) Name and addresses
Radioactive Waste Management Limited Trading as Nuclear Waste Services Limited
Building 329 Thompson Avenue
Didcot
OX11 0GD
Contact
Tanya Marshall
tanya.marshall@nuclearwasteservices.uk
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
08920190
Internet address(es)
Main address
https://www.gov.uk/government/organisations/radioactive-waste-management
Buyer's address
https://www.gov.uk/government/organisations/radioactive-waste-management
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Responsible for implementing geological disposal of higher activity radioactive wastes.
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Security & Safeguards Case Delivery
Reference number
C8769
two.1.2) Main CPV code
- 98113100 - Nuclear safety services
two.1.3) Type of contract
Services
two.1.4) Short description
Contract to provide consultancy services specifically for the development of Security & Safeguards cases, supporting the GDF design & development process.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £394,872
two.2) Description
two.2.2) Additional CPV code(s)
- 79417000 - Safety consultancy services
- 79417000 - Safety consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The delivery of the Security & Safeguards case requires a very niche skill set to deliver a focussed holistic and integrated solution to all aspects of safety at the Geological Disposal Facility (GDF). Not exhaustive but including:
i) Vital Area Identification and Categorisation of a conceptual nuclear facility;
ii) Cyber Security Risk Assessment of a conceptual nuclear facility namely - Computer Based Systems Important to Safety (CBSIS) and Computer Based Security (CBSy);
iii) The application of a Security and Safeguards by design approach to the design development;
iv) The delivery of Basic Technical Characteristics (BTC) for scrutiny by the International Atomic Energy Agency (IAEA).
The delivery of project focused briefings and presentations to the Office for Nuclear Regulation (ONR) Civil Nuclear Security and Safeguards (CNSS) in collaboration with the project lead and Security & Safeguards Officer as the Intelligent Customer (I/C).
If suppliers wish to bid for this Tender, they must register with Atamis to view the related documents and submit responses.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 30
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-010045
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
29 June 2023
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Risktec Ltd.
Wilderspool Park, Greenall's Avenue, Warrington
Warrington
WA4 6HL
Country
United Kingdom
NUTS code
- UKD61 - Warrington
National registration number
4118059
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £1,000,000
Total value of the contract/lot: £394,872
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 20 %
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court
Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
High Court
Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
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.
six.4.4) Service from which information about the review procedure may be obtained
Radioactive Waste Management Limited Trading as Nuclear Waste Services Limited
Building 329 Thompson Avenue
Didcot
OX11 0GD
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/radioactive-waste-management