Tender

Nuclear Safety Case

  • Radioactive Waste Management Limited Trading as Nuclear Waste Services Limited

F02: Contract notice

Notice identifier: 2022/S 000-036067

Procurement identifier (OCID): ocds-h6vhtk-0392f7

Published 20 December 2022, 3:14pm



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

Email

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

https://www.justice.gov.uk

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.justice.gov.uk

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

Email

andrew.batstone@nda.gov.uk

Country

United Kingdom

Internet address

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