Planning

Marketing Engagement PIN - Contaminant, Pathways and Receptor

  • Nuclear Waste Services Limited

F01: Prior information notice (prior information only)

Notice identifier: 2024/S 000-027136

Procurement identifier (OCID): ocds-h6vhtk-0493c2

Published 23 August 2024, 3:39pm



Section one: Contracting authority

one.1) Name and addresses

Nuclear Waste Services Limited

Pelham House, Pelham Drive,

Calderbridge, Seascale

CA20 1DB

Contact

Tracey King

Email

tracey.king@nuclearwasteservices.uk

Country

United Kingdom

Region code

UKD1 - Cumbria

National registration number

05608448

Internet address(es)

Main address

https://www.gov.uk/government/organisations/nuclear-waste-services/about

Buyer's address

https://www.gov.uk/government/organisations/nuclear-waste-services/about

one.3) Communication

Additional information can be obtained from the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://atamis-2464.my.site.com/s/Welcome

one.4) Type of the contracting authority

Other type

Disposal of Radioactive Waste

one.5) Main activity

Other activity

Disposal of Radioactive Waste


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Marketing Engagement PIN - Contaminant, Pathways and Receptor

Reference number

C21543

two.1.2) Main CPV code

  • 73000000 - Research and development services and related consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Nuclear Waste Services (NWS) would like to notify suppliers of future requirements and engage with the market to understand what it can provide in terms of capacity and capability to deliver Research & Development services for the Containment, Pathways & Receptor Framework. This framework will enable the development of a supply-chain-based experimental and modelling services capability for providing the underpinning evidence to assess the transport and retention of contaminants, arising from wastes disposed of in the Geological Disposal Facility (GDF), through the surrounding geosphere.

two.1.5) Estimated total value

Value excluding VAT: £242,784,729

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 73300000 - Design and execution of research and development
  • 73110000 - Research services
  • 73100000 - Research and experimental development services
  • 71350000 - Engineering-related scientific and technical services
  • 73120000 - Experimental development services
  • 73200000 - Research and development consultancy services
  • 73111000 - Research laboratory services
  • 73210000 - Research consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The development of a Geological Disposal Facility (GDF) is essential for the final disposal of higher activity radioactive wastes in the UK. It is a critical part of the Nuclear Decommissioning Authority’s (NDA) overall mission to decommission and dispose of the UK’s nuclear legacy waste and underpin the development of future civil nuclear power generation. The mission of the GDF programme is to deliver a permanent solution for the disposal of higher activity radioactive waste through the design, construction, operation and closure of a GDF. Its objectives are:
• To build trust and work in partnership with one or more communities to gain consent and support to host a GDF.
• To facilitate economic benefits and growth, delivering regional jobs and skills and a positive legacy.
• To deliver a permanent solution for the safe disposal of higher activity waste through the safe, sustainable, and cost-effective design, construction, operation and closure of a GDF.
• To enable the timely retirement of the significant and currently enduring financial liability and risk associated with above ground storage of higher activity waste, that would persist indefinitely if a disposal solution was not developed.
A GDF will be a significant piece of UK infrastructure where the majority of the facility is built between 200 and 1000 metres underground, putting the waste in purpose-built containers which are then placed in tunnels and vaults beneath several hundred metres of solid rock. Further information about the GDF programme can be found here: GDF (Geological Disposal Facility) - GOV.UK (www.gov.uk)
This Prior Information Notice (PIN) relates to future market engagement that Nuclear Waste Services (NWS) intends to perform, concerning the development of a supply-chain-based R&D services capability. Such services will be required by NWS to support its GDF programme and site characterisation programme that is assessing potential sites being considered as hosts for a GDF. This framework will enable assessment of the future evolution of the GDF during a post-closure safety assessment period, including assessing the containment of contaminants and pathways for contaminant migration into the biosphere, as well as impacts on possible receptors (human and non-human biota) that reside therein.

This PIN should be read in conjunction with the following documents, all of which can be viewed on Atamis: https://atamis-2464.my.site.com/s/Welcome

• Briefing Document
• Scope
• Contracting and Competition Principles
• Request for Information
You will be required to register on Atamis, and once registration is complete you can search for this PIN using the Atamis search box and using the title as a reference – Containment, Pathways & Receptor Framework.

two.2.14) Additional information

This PIN is not a call for competition; it is to signal an intention to commence market engagement with interested organisations for the provision of a Containment, Pathways & Migration Framework for the GDF programme with industry experts and suppliers who are interested in potentially bidding for the resulting commercial agreement(s).

If you wish to participate in the market engagement please register your interest via the URL here on Atamis, no later than 16:00 Friday 11th October 2024.

https://atamis-2464.my.site.com/s/Welcome

Please DO NOT register interest through any other route.

Market engagement is being carried out in three stages.

For the first stage, NWS are requesting written responses to a number of questions, which can be found within the Request for Information (RFI) documents on Atamis. Suppliers’ responses to these questions should be sent to NWS via the messaging function on Atamis no later than 16:00 BST Friday 8th November 2024


For the second stage, NWS will hold 2 online meetings for all interested suppliers to provide detailed information about the scope of this engagement, and commercial points.

The content of both meetings will be the same. These will be held on the 14th October 2024 at 3pm and 18th October at 1pm 2024.

For the third stage, NWS will hold “one-to-one” market engagement sessions with interested suppliers who are interested in potentially bidding with a view to gaining a more in-depth understanding of the supply chain perspective on our current approach. These sessions are likely to take place face-to-face in the week commencing 25thth November 2024 in the Birmingham area (venue TBC). Whilst it is NWS’ preference to meet with suppliers face-to-face, where this is not possible, alternative virtual sessions may be scheduled for the week commencing 9th December 2024.

two.3) Estimated date of publication of contract notice

24 October 2025


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes