Section one: Contracting authority
one.1) Name and addresses
Radioactive Waste Management Limited Trading as Nuclear Waste Services Limited
Building 329 Thompson Avenue
Didcot
OX11 0GD
Contact
Danielle Sweeney-Perry
danielle.sweeney-perry@nda.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
08920190
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
Nuclear Safety Case
Reference number
C5848
two.1.2) Main CPV code
- 79417000 - Safety consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The GDF design, construction and regulatory approval will be based on a number of safety cases which will be developed by NWS. The business does not have the internal capability to self deliver and the requirement is not enduring througout the GDF programme and beyond.
The business has identified a need to have access to specialist support on nuclear safety cases and associated capability.
A multi-Lot framework agreement providing the best access to a broad range of specialist capability from a range of suppliers providing both competition and resilience in the marketplace.
two.1.5) Estimated total value
Value excluding VAT: £6,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 - Safety Case Authors
Lot No
1
two.2.2) Additional CPV code(s)
- 98113100 - Nuclear safety services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Safety case authors able to deliver top level safety reports, and effectively summarise more detailed, underlying documentation from the wider safety case. At this time, the main requirement will be for generalist safety case authors who have experience in the hazards arising from the handling of radioactive waste.
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: £600,000
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
Options to extend: 2x 12 Month Extensions
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) Description
two.2.1) Title
Lot 5 - Operational Environmental
Lot No
5
two.2.2) Additional CPV code(s)
- 98113100 - Nuclear safety services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Operational Environmental Safety Assessment/ development of the preliminary BAT case, including:
• Understanding of the regulatory context, environmental permitting and land-use planning requirements
• Understanding of atmospheric dispersion modelling and key features of specific software packages
• Understanding of dispersion modelling with respect to non-radiological pollutants and environmental behaviour of non-radiological pollutants
• Understanding of principles of biosphere modelling, including human and non-human biota
• While this framework is primarily focussed on the safety case for the Operational Phase of the GDF (including construction), skills and experience relevant to the Post-Closure safety case would also be desirable, although not essential
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: £1,200,000
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
Options to extend: 2x 12 Month Extensions
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) Description
two.2.1) Title
Lot 6 - Conventional Safety
Lot No
6
two.2.2) Additional CPV code(s)
- 98113100 - Nuclear safety services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The GDF will be a large scale construction project with significant hazards especially those associated with underground working, mining, fire etc. Early consideration of these hazards will be required outlining the key conventional safety issues and summarising the work done to date to develop appropriate Hazard Management Strategies. Although early in the process, sufficient information needs to be developed to build confidence that conventional safety risks can be adequately managed going forward.
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: £600,000
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
Options to extend: 2x 12 Month Extensions
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) Description
two.2.1) Title
Lot 2 - Radiological
Lot No
2
two.2.2) Additional CPV code(s)
- 98113100 - Nuclear safety services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
At this stage (pre-concept), assessment will be limited to high level identification of potentially viable Hazard Management Strategies and broad scoping studies. Skills will be required in the following areas:
• Radiological Safety (Fault) Assessment (deterministic and probabilistic)
• External Hazards
• Internal Hazards
• Radiological Consequence Assessment
• Dose and Shielding Assessment
• Hazard Identification (HAZOP)
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: £1,800,000
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
Options to extend: 2x 12 Month Extensions
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) Description
two.2.1) Title
Lot 3 - Criticality Safety Assessment
Lot No
3
two.2.2) Additional CPV code(s)
- 98113100 - Nuclear safety services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Requirement is for criticality HAZAN authors and specialists in criticality modelling (code drivers) to undertake review of existing criticality studies with the aim of demonstrating a criticality case can be made based on the proposed nuclear waste inventory. There will also be the need to start to develop criticality hazard management strategies.
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: £1,200,000
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
Options to extend: 2x 12 Month Extensions
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) Description
two.2.1) Title
Lot 4 - Human Factors
Lot No
4
two.2.2) Additional CPV code(s)
- 98113100 - Nuclear safety services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Human factors will be an important consideration within the design process, and it is anticipated that it will place a number of important requirements on the design. However, at this early stage in the design process human factors input is going to be at a principle level rather than anything specific, probably around initial thoughts on a HF implementation plan.
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: £600,000
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
Options to extend: 2x 12 Month Extensions
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
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
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
1 February 2023
Local time
5:00pm
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: 18 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
1 February 2023
Local time
5:00pm
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
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
six.4.3) Review procedure
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 Limited Trading as Nuclear Waste Services Limited
Building 329 Thompson Avenue
Didcot
OX11 0GD
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/radioactive-waste-management