Section one: Contracting authority
one.1) Name and addresses
Radioactive Waste Management Limited
Building 329, Thomson Avenue
Didcot
OX11 0GD
Contact
Nalan Stamper
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
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