Tender

Site Characterisation Interpretation Support

  • Radioactive Waste Management Limited

F02: Contract notice

Notice identifier: 2022/S 000-023997

Procurement identifier (OCID): ocds-h6vhtk-03638a

Published 26 August 2022, 2:33pm



Section one: Contracting authority

one.1) Name and addresses

Radioactive Waste Management Limited

Building 329, Thomson Avenue

Didcot

OX11 0GD

Contact

David Wood

Email

david.wood@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/organisations/radioactive-waste-management

Buyer's address

https://www.gov.uk/government/organisations/radioactive-waste-management

one.3) Communication

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

https://one-nda.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://one-nda.force.com/s/Welcome

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

Responsible for implementing geological disposal of higher activity radioactive wastes.


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Site Characterisation Interpretation Support

Reference number

RWM703

two.1.2) Main CPV code

  • 71352140 - Seismic processing services

two.1.3) Type of contract

Services

two.1.4) Short description

The focus of this Site Characterisation Interpretation work will be on developing a fully integrated and detailed understanding of the potential GDF host rock volume for each site. This will include an evaluation of its geometries, including structural and stratigraphic variations, based on detailed analysis of the regional, sub-regional and site-specific sub surface.

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71351200 - Geological and geophysical consultancy services
  • 71352100 - Seismic services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

RWM (NWS) is a wholly owned subsidiary of the Nuclear Decommissioning Authority (“NDA”) and is the body responsible for implementing geological disposal of higher activity radioactive wastes. Government policy has confirmed that RWM will act as the developer of a Geological Disposal Facility (GDF) for such wastes. As such, RWM is responsible for ensuring that the siting, construction, operation and eventual closure of a GDF are carried out in a manner which adheres to, and complies with, the UK’s high standards of safety, security and environmental protection, as well as applicable requirements which are set out in relevant policy documentation.

RWM has identified Search Areas with adjacent inshore areas (offshore up to the 12 nautical mile UK territorial limit) to be investigated. The geological understanding of each area is different and is determined by the complexity of the geological setting, the amount of previously published information and the quantity and quality of legacy data (historic oil and gas seismic and well data, mining boreholes etc).

RWM are in the process of instigating Contract, RWM169 (Site Evaluation, Lot 2, underway) which is tasked with producing an initial understanding of the search areas, based on accessible public datasets (for example held by BGS or published in peer reviewed journals) and the outcomes of previous studies (such as NIREX). RWM also is undertaking a first look analysis of legacy oil and gas data, carried out under Contract RWM400 (Site Characterisation, underway). The output from these two works will be delivered as a series of databases, reports and an overarching synthesis report to this Contractor.

The next stage of work is this Site Characterisation Interpretation work package, which will enable RWM to move from the initial general understanding gained from the work carried out under RWM169 and RWM400, described above, to a more integrated site-specific understanding. This requires the evaluation of additional legacy data and new seismic data sets, being acquired by RWM. These additional data include further legacy 2D and 3D seismic and borehole data for all search areas, plus newly acquired seismic data, starting with a 250 km2 3D seismic volume for offshore Copeland (acquired by RWM in August 2022). Further seismic campaigns are being considered for other search areas.

The focus of this Site Characterisation Interpretation work will be on developing a fully integrated and detailed understanding of the potential GDF host rock volume for each site. This will include an evaluation of its geometries, including structural and stratigraphic variations, based on detailed analysis of the regional, sub-regional and site-specific sub surface.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

This contract is subject to renewal

No

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.1.2) Economic and financial standing

List and brief description of selection criteria

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

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 a single operator

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

6 October 2022

Local time

12:00pm

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

four.2.7) Conditions for opening of tenders

Date

6 October 2022

Local time

12:00pm

Information about authorised persons and opening procedure

Authorised officers only


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

WC2A 2LL

Country

United Kingdom

Internet address

https://www.justice.gov.uk