Tender

Development of Experimental Methodologies for The Measurement of Site-Specific and Other Safety-Relevant Radionuclide Behaviour Parameters

  • Radioactive Waste Management Limited

F02: Contract notice

Notice identifier: 2022/S 000-025496

Procurement identifier (OCID): ocds-h6vhtk-0367a2

Published 12 September 2022, 11:46am



Section one: Contracting authority

one.1) Name and addresses

Radioactive Waste Management Limited

Building 329, Thomson Avenue

Didcot

OX11 0GD

Contact

Nalan Stamper

Email

nalan.stamper@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

Nuclear Decommissioning


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Development of Experimental Methodologies for The Measurement of Site-Specific and Other Safety-Relevant Radionuclide Behaviour Parameters

Reference number

RWM564

two.1.2) Main CPV code

  • 71241000 - Feasibility study, advisory service, analysis

two.1.3) Type of contract

Services

two.1.4) Short description

This specification invites contractors to submit a targeted proposal for a three-staged programme of further work in experimental methodology development and approaches for radionuclide behaviour parameter measurement applicable to NWS’s current knowledge gaps. At this stage, a proposal submitted in response to this Contract Technical Specification (CTS) should focus on Stage 1 of the work scope outlined below. A detailed, fully costed modular proposal for Stage 2 & 3 works is an anticipated output of Stage 1. The combined scope (Stages 1- 3) includes reviewing the global methodologies for acquiring site-specific radionuclide behaviour parameters, including development of a fully costed, modular work plan (Stage 1), and thereafter undertaking measurements to fill data gaps or to underpin safety arguments (Stage 2) and development of an optimised testing and analysis strategy (Stage 3), particularly in relation to relevant, UK-specific potential host rocks.

two.1.5) Estimated total value

Value excluding VAT: £2,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71310000 - Consultative engineering and construction services
  • 73100000 - Research and experimental development services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Remote

two.2.4) Description of the procurement

This specification invites contractors to submit a targeted proposal for a three-staged programme of further work in experimental methodology development and approaches for radionuclide behaviour parameter measurement applicable to NWS’s current knowledge gaps. At this stage, a proposal submitted in response to this CTS should focus on Stage 1 of the work scope outlined below. A detailed, fully costed modular proposal for Stage 2 & 3 works is an anticipated output of Stage 1. The combined scope (Stages 1- 3) includes reviewing the global methodologies for acquiring site-specific radionuclide behaviour parameters, including development of a fully costed, modular work plan (Stage 1), and thereafter undertaking measurements to fill data gaps or to underpin safety arguments (Stage 2) and development of an optimised testing and analysis strategy (Stage 3), particularly in relation to relevant, UK-specific potential host rocks.

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: £2,000,000

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

Duration in months

36

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: Yes

Description of options

Initial term 3 years with an option to extend up to 12 months twice (3+1+1)

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

https://one-nda.force.com/login


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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As per tender documents


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: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

20 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

20 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