Tender for Engineering Feasibility Studies
Radioactive Waste Management is responsible for delivery of a geological disposal facility and providing waste management solutions for higher activity waste.
United Kingdom-Didcot: Consultative engineering and construction services
2020/S 185-447994
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
National registration number: 8920190
Postal address: Building 329, Thomson Avenue
Town: Didcot
NUTS code: UK UNITED KINGDOM
Postal code: OX11 0GD
Country: United Kingdom
Contact person: Karen Hodsdon
E-mail: Karen.hodsdon@nda.gov.uk
Telephone: +44 1925802823
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Engineering Feasibility Studies
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Radioactive Waste Management (RWM) is responsible for delivery of a geological disposal facility (GDF) and providing waste management solutions for higher activity waste (HAW). RWM is planning to undertake multi-disciplinary engineering feasibility studies. This invitation to tender is for the delivery of two engineering feasibility studies, relating to the aspects of the GDF.
The accessways that would be used to access the underground environment at the GDF, transfer waste packages underground. High heat generating waste (HHGW) disposal concept; the systems required for the handling, emplacement and backfill of HHGW, including engineered barriers, disposal vaults/tunnels, handling and emplacement systems and deployment of buffer and backfill (HHGW is used to describe all materials for which heat needs to be considered in the design of the disposal facilities, e.g. High level waste (HLW), spent fuel.).
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Engineering Feasibility Study — Accessways
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Didcot.
II.2.4)Description of the procurement:
Engineering feasibility studies.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
RWM has recently developed a preliminary disposal system development (DSD) process, which is based on a systems engineering approach with a repeatable set of steps at each stage of design development. The scope of work will be to follow the preliminary DSD process to develop a conceptual-stage design development.
The scope is to be divided as follows:
• Phase 1: Planning and stakeholder engagement;
• Phase 2: Conceptual design development and supporting technical studies.
II.2.13)Information about European Union funds
II.2.1)Title:
HHGW Concept Developement
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
RWM has recently developed a preliminary disposal system development (DSD) process, which is based on a systems engineering approach with a repeatable set of steps at each stage of design development. The scope of work will be to follow the preliminary DSD process to develop a conceptual-stage design development.
The scope is to be divided as follows:
• Phase 1: Planning and stakeholder engagement;
• Phase 2: Conceptual design development and supporting technical studies.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
See procurement documents.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
As stated in the procurement documents.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
Postal address: Strand
Town: London
Country: United KingdomInternet address: http://www.justice.gov.uk
VI.4.2)Body responsible for mediation procedures
Postal address: Strand
Town: London
Country: United KingdomInternet address: http://www.justice.gov.uk
VI.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 days standstill period from the date information on award of contract is communicated to tenderers.
VI.4.4)Service from which information about the review procedure may be obtained
Town: Didcot
Country: United Kingdom
VI.5)Date of dispatch of this notice: