Tender

UKRI-1679 Remote Retrieval and Handling Facility

  • UK Research and Innovation

F02: Contract notice

Notice identifier: 2022/S 000-021844

Procurement identifier (OCID): ocds-h6vhtk-035a26

Published 9 August 2022, 12:05pm



Section one: Contracting authority

one.1) Name and addresses

UK Research and Innovation

Polaris House, North Star Avenue

Swindon

SN2 1FL

Email

commercial@ukri.org

Telephone

+44 1793442000

Country

United Kingdom

Region code

UKK14 - Swindon

Internet address(es)

Main address

https://www.ukri.org

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Containers-for-waste-material./4SECHT2A73

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

Research and innovation


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

UKRI-1679 Remote Retrieval and Handling Facility

Reference number

UKRI-1679

two.1.2) Main CPV code

  • 44613800 - Containers for waste material

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Remote Retrieval and Handling Facility (RRHF) project is part of the Waste Accumulation Reduction Programme (WARP) which is in place to manage the accumulation of radioactive waste from legacy facilities and current ISIS Neutron and Muon Source (ISIS) operations at the Rutherford Appleton Laboratory (RAL). This radioactive waste needs to be safely managed and disposed of in compliance with legislation and government policy. In response to this requirement, STFC needs to develop the capability in terms of facilities, techniques, staff competence and external stakeholder agreements to reduce this backlog and sustainably manage radioactive wastes from current and future activities.

The RRHF will be a specialist facility which will allow handling of radioactive waste, primarily in preparation for disposal, but also facilitating sampling, size reduction, Post Irradiation Examination (PIE), maintenance and other tasks involving radioactive materials.

two.1.5) Estimated total value

Value excluding VAT: £10,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 44613800 - Containers for waste material

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire
Main site or place of performance

Oxfordshire

two.2.4) Description of the procurement

The Remote Retrieval and Handling Facility (RRHF) project is part of the Waste Accumulation Reduction Programme (WARP) which is in place to manage the accumulation of radioactive waste from legacy facilities and current ISIS Neutron and Muon Source (ISIS) operations at the Rutherford Appleton Laboratory (RAL). This radioactive waste needs to be safely managed and disposed of in compliance with legislation and government policy. In response to this requirement, STFC needs to develop the capability in terms of facilities, techniques, staff competence and external stakeholder agreements to reduce this backlog and sustainably manage radioactive wastes from current and future activities.

The RRHF will be a specialist facility which will allow handling of radioactive waste, primarily in preparation for disposal, but also facilitating sampling, size reduction, Post Irradiation Examination (PIE), maintenance and other tasks involving radioactive materials.

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: £10,000,000

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

Start date

1 March 2023

End date

2 March 2026

This contract is subject to renewal

No

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

Envisaged minimum number: 1

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Following evaluation of the submitted SQ Responses and approval of the outcome, UKRI intends to invite up to 5 Suppliers to the Invitation to Submit Outlined solution In Dialogue Stage (ITSOS) by issuing an Invitation to Participate in Dialogue. Only Suppliers who pass all Mandatory Pass/Fail Selection Questions of the SQ Document will be invited to the Invitation to Submit Outlined solution In Dialogue Stage (ITSOS). If there are more than 5 suppliers, the suppliers shall be ranked based on their total score achieved in the Selection stage and the top 5 ranked suppliers shall be invited to the Invitation to Submit Outlined solution In Dialogue Stage (ITSOS).

The intention is for the dialogue to take place in successive stages in order to reduce the number of solutions to be discussed during the dialogue stage by applying the award criteria as detailed in the documentation. Please refer to Appendix D UKRI-1679- Competitive Dialogue Process

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

To respond to this opportunity please click here: https://ukri.delta-esourcing.com/respond/4SECHT2A73


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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive dialogue

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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

16 September 2022

Local time

2:00pm

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


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Containers-for-waste-material./4SECHT2A73

To respond to this opportunity, please click here:

https://ukri.delta-esourcing.com/respond/4SECHT2A73

GO Reference: GO-202289-PRO-20759603

six.4) Procedures for review

six.4.1) Review body

UK Research and Innovation

https://www.ukri.org, North Star Avenue

Swindon

SN2 1FL

Email

commercial@ukri.org

Country

United Kingdom

Internet address

https://www.ukri.org

six.4.2) Body responsible for mediation procedures

UK Research and Innovation

Polaris House,, North Star Avenue

Swindon

SN2 1FL

Email

commercial@ukri.org

Country

United Kingdom