Section one: Contracting authority
one.1) Name and addresses
UK Research and Innovation
Polaris House, North Star Avenue
Swindon
SN2 1FL
Telephone
+44 1793442000
Country
United Kingdom
Region code
UKK14 - Swindon
Internet address(es)
Main address
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
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
UK Research and Innovation
Polaris House,, North Star Avenue
Swindon
SN2 1FL
Country
United Kingdom