Opportunity

Integration and Design Development Partners

  • Radioactive Waste Management

F01: Prior information notice (call for competition)

Notice reference: 2021/S 000-022143

Published 7 September 2021, 12:42pm



Section one: Contracting authority

one.1) Name and addresses

Radioactive Waste Management

Building 329, Thomson Avenue

Didcot

OX11 0GD

Email

gdfenquiries@nda.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

8920190

Internet address(es)

Main address

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

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=14035&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=14035&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

Integration and Design Development Partners

Reference number

RWM/ PH

two.1.2) Main CPV code

  • 71320000 - Engineering design services

two.1.3) Type of contract

Services

two.1.4) Short description

The scope of the requirement is for the formation of:

i. Integration, Design & Development Partners (IDDP),

ii. Major Permissions Delivery Partner (MPDP),

iii. Site Characterisation Delivery Partners (SCDP),

for the delivery of the Geological Disposal Facility (GDF) programme of work. IDDP / SCDP contract award estimated in 2025. MPDP contract award estimated 2023

Note: The civil engineering and construction works supporting the boreholes is likely to be tendered separately and the main GDF facilities will not commence construction until at least 2040.

Note: The future regulated entity for DCO and other licence applications for the GDF programme will be RWM (or another subsidiary of NDA).

Estimated value of work in this PIN is an estimated value across all 3 scopes of work (IDDP/MPDP and SCDP)

two.1.5) Estimated total value

Value excluding VAT: £1,275,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45120000 - Test drilling and boring work
  • 45220000 - Engineering works and construction works
  • 45222110 - Waste disposal site construction work
  • 71220000 - Architectural design services
  • 71300000 - Engineering services
  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71311200 - Transport systems consultancy services
  • 71311300 - Infrastructure works consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71313400 - Environmental impact assessment for construction
  • 71313420 - Environmental standards for construction
  • 71313430 - Environmental indicators analysis for construction
  • 71313440 - Environmental Impact Assessment (EIA) services for construction
  • 71313450 - Environmental monitoring for construction
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71323000 - Engineering-design services for industrial process and production
  • 71331000 - Drilling-mud engineering services
  • 71332000 - Geotechnical engineering services
  • 71336000 - Engineering support services
  • 71340000 - Integrated engineering services
  • 71351000 - Geological, geophysical and other scientific prospecting services
  • 71351100 - Core preparation and analysis services
  • 71351200 - Geological and geophysical consultancy services
  • 71351210 - Geophysical consultancy services
  • 71351220 - Geological consultancy services
  • 71351300 - Micropalaeontological analysis services
  • 71351400 - Petrophysical interpretation services
  • 71351500 - Ground investigation services
  • 71351900 - Geology, oceanography and hydrology services
  • 71351910 - Geology services
  • 71351911 - Photogeology services
  • 71351912 - Stratigraphic geology services
  • 71351913 - Geological exploration services
  • 71353000 - Surface surveying services
  • 71541000 - Construction project management services
  • 71621000 - Technical analysis or consultancy services
  • 72224000 - Project management consultancy services
  • 76300000 - Drilling services
  • 76310000 - Drilling services incidental to gas extraction
  • 76320000 - Offshore drilling services
  • 76330000 - Turbine drilling services
  • 76331000 - Coiled turbine drilling services
  • 76340000 - Core drilling
  • 76430000 - Well-drilling and production services
  • 76431000 - Well-drilling services
  • 76431100 - Well-drilling control services
  • 76431200 - Well-drilling pickup services
  • 76431300 - Well-drilling laydown services
  • 76431400 - Rathole well-drilling services
  • 76431500 - Well-drilling supervision services
  • 76431600 - Well-drilling rig monitor services
  • 79415200 - Design consultancy services
  • 79421000 - Project-management services other than for construction work
  • 79421100 - Project-supervision services other than for construction work
  • 79421200 - Project-design services other than for construction work
  • 90700000 - Environmental services
  • 90710000 - Environmental management
  • 90711000 - Environmental impact assessment other than for construction
  • 90711200 - Environmental standards other than for construction
  • 90711300 - Environmental indicators analysis other than for construction
  • 90711400 - Environmental Impact Assessment (EIA) services other than for construction
  • 90711500 - Environmental monitoring other than for construction
  • 90712000 - Environmental planning
  • 90720000 - Environmental protection
  • 90721000 - Environmental safety 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

This Prior Information Notice is not a call for competition. It is a call for market engagement ahead of formal procurement activities starting in 2022, which will be the subject of a further PIN notice.

The IDDP Contract(s) will likely consist of partners with a global and national reach, forming alliancing type arrangements to deliver an integrated organisation and programme, design development and project management / project controls scope during the identified contract period.

The MPDP Contract will likely consist of a partner with a local and national reach to deliver the RWM key permissions and consents relating to commencing site characterisation and borehole drilling activity.

The SCDP Contracts will likely consist of partners with a local and national reach to deliver the full scope surrounding the site characterisation projects across the various communities engaged on the GDF programme.

SCDP and IDDP share an alignment in scope, and therefore RWM wish to engage the market to understand how the interested parties can deliver these works with the most effective supply chain strategy.

The specific details of these works summarised above are detailed in the attached document to this PIN notice.

A GDF is a highly engineered facility constructed deep underground and will consist of a series of vaults and tunnels where radioactive waste can be disposed of safely, securely and permanently.

RWM will deliver this vital programme through a community consent-based process, working in close partnership with communities, building trust for the long-term and ensuring a GDF supports local interests and priorities (for more on GDF: https://www.gov.uk/guidance/why-underground).

The GDF Programme is split into six Tranches:

• Tranche 1 Policy formation and launch of the siting process (complete)

• Tranche 2 Community engagement and site evaluation project (plus other critical activities to prepare for Tranche 3)

• Tranche 3 The GDF Development Stage – the focus of this market engagement

• Tranche 4 Surface and subsurface construction and commissioning of first waste emplacement

• Tranche 5 Operations and ongoing underground development / construction

• Tranche 6 This tranche deals with the decommissioning and closure of the site after last waste emplacement (after +100 years of waste emplacement operations).

More detailed information for the Prior Information Notice can be viewed on the Sellafield Ltd (eu-supply.com) site or at UK Governments Find-A-Tender service, which can be viewed through the following link Find a Tender (find-tender.service.gov.uk)

RWM will hold the initial supply chain event on the 7th October 2021, the event will be ‘in person’ at the VOX venue, in Birmingham. Registration for the event opens on the 8th September and will close either when all the tickets are reserved (of which there are 200) or by the Friday 24th September (whichever is soonest)

Delegates will be limited to two from each company, although there is tick box on the registration site to request up to two additional spaces if the company can demonstrate capability aligned to the full scope under discussion during the event. RWM reserve the right to allocate spaces appropriate to the company capabilities and alignment to the supplier day scope.

You MUST register your interest using the URL (here), and it is also contained in section 4 of this notice.

https://GDFsupplychainpartnerships.rwmevents.co.uk

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: £1,275,000,000

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

Duration in months

108

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

This notice signals an intention to commence market engagement only at this stage (this PIN is not a call for competition) with interested organisations within the integration, design development, engineering and major projects delivery market, as well as those in the site characterisation and major permissions markets, and to alert the market to the potential forthcoming tender exercises.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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 expressions of interest

Date

30 September 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.3) Additional information

a. This Prior Information Notice is not a call for competition. It is to signal an intention to commence market engagement with interested organisations within the integration, design development, engineering and major projects delivery market, as well as those in the site characterisation and major permissions markets, and to alert the market to the potential forthcoming tender exercises. RWM intends to hold market engagement sessions throughout Q4 2021 with industry experts and suppliers interested in potentially bidding for the resulting commercial agreement(s).

b. RWM intends to utilise a two-stage engagement process

Stage 1 will be an initial supplier event to explain the GDF programme and the role of the Integration and Design Development Partners (IDDP), the Major Permissions Delivery Partner (MPDP), and the Site Characterisation Delivery Partner (SCDP), and RWM aim to receive feedback from the market on key topic areas that are identified within section (h) below during the event.

c. If you wish to participate in the Stage 1 event (to be held on the 7th October 2021), please register your interest via the URL here:

https://GDFsupplychainpartnerships.rwmevents.co.uk

d. Please note: “DO NOT” register interest in the Stage 1 event through any other route.

e. The aim of the Stage 1 event is to engage with the supply chain community to explain the following:

• Introduce RWM and the GDF programme,

• Provide an overview of the GDF programme (past and future)

• Explain our historical supply chain journey and the future path

• Portray our approach to the Major Permissions work during Tranche 3

• Articulate the Site Characterisation scope and requirements for Tranche 3

• Explain the supply chain requirements around working for RWM on this public sector programme

• Question and Answer sessions throughout the day from the supply chain to the RWM senior management team and executive

RWM will host breakout sessions to engage with the supply chain to debate and discuss topics relating to the integration, design development, permissions and site characterisation works plus future construction of the GDF programme. These breakout topics are outlined below:

· Work transition and integration of current contracted works into IDDP alliancing style framework

· IDDP roles & responsibilities, contract governance model, levels of delegation

· Organisational transition and cultural alignment challenges in moving to an alliancing arrangement

· Form of contract, incentivisation, pricing strategy concept discussion

· Major permissions risks, issues and challenges during Tranche 3

· Site characterisation risks, issues and challenges during Tranche 3

· GDF is a First of a Kind (FOAK) design programme challenges, risks and opportunities

· Design maturity (concept, preliminary and detailed) and its link to programme phasing

Stage 2 will be one-to-one engagements with the interested suppliers.

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

Didcot

Country

United Kingdom