Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Asbestos Innovation Partnership

  • First published: 11 May 2023
  • Last modified: 11 May 2023
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-03c79f
Published by:
Nuclear Decommissioning Authority
Authority ID:
AA77957
Publication date:
11 May 2023
Deadline date:
19 June 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The procurement over 8 +1 +1 years will provide a fully operational service (Technology <br/>Readiness Level (TRL) 9) through the delivery of an innovative treatment solution for both<br/>radiologically-contaminated and non-contaminated asbestos / ACM. The aim of the new service to make<br/>“re-use” the preferred management option and disposal the least preferred management option (in<br/>alignment with the waste hierarchy), and to thereby decrease the risks and hazards associated with<br/>asbestos/ACM handling and management.<br/>The procurement will start with up to a 12 month R&D and Testing phase awarding up to 3 suppliers £0-£4M per supplier. <br/>The next phase is a 4 year Build / Pilot Operations (inactive and active demonstrators (up to 2 suppliers, capped budget of £27m each) and finally a 1 Year Fully Operational Service,, (up to 2 suppliers, capped budget of £7m each). The work will be managed and coordinated by the NDA but may novate over to Nuclear Waste Services and maybe accessed by other entities of the NDA Group.<br/><br/>Whilst this is advertised as a services contract, Goods and works will apply.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Nuclear Decommissioning Authority

N/A

Herdus House Westlakes Science and Technology Park Moor Row

Cumbria

CA24 3HU

UK

Contact person: Maddie Jones

E-mail: madeline.jones@nda.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/nuclear-decommissioning-authority

Address of the buyer profile: https://www.gov.uk/government/organisations/nuclear-decommissioning-authority

I.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 abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Nuclear

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Asbestos Innovation Partnership

II.1.2) Main CPV code

90520000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The NDA is looking for the supply chain to develop an innovative solution that converts<br/>asbestos and asbestos-containing materials (ACM), that are currently considered as wastes with<br/>significant chemo-toxic properties, into an inert product that can be re-used. The requirement is to<br/>primarily treat radiologically-contaminated Asbestos / ACM up to, and including that classified as,<br/>Intermediate Level Waste. The scope includes highly friable material. It is expected that the technology<br/>developed will also be applicable to non-radiologically contaminated asbestos / ACM and this may prevent<br/>significant quantities having to be sent to licenced hazardous landfills.<br/>Although primarily aimed at NDA estate wastes, the service may be accessible to non-NDA estate<br/>organisations in the UK Nuclear Industry.

II.1.5) Estimated total value

Value excluding VAT: 80 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71241000

73000000

79723000

79421200

73300000

79930000

98391000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The procurement over 8 +1 +1 years will provide a fully operational service (Technology <br/>Readiness Level (TRL) 9) through the delivery of an innovative treatment solution for both<br/>radiologically-contaminated and non-contaminated asbestos / ACM. The aim of the new service to make<br/>“re-use” the preferred management option and disposal the least preferred management option (in<br/>alignment with the waste hierarchy), and to thereby decrease the risks and hazards associated with<br/>asbestos/ACM handling and management.<br/>The procurement will start with up to a 12 month R&D and Testing phase awarding up to 3 suppliers £0-£4M per supplier. <br/>The next phase is a 4 year Build / Pilot Operations (inactive and active demonstrators (up to 2 suppliers, capped budget of £27m each) and finally a 1 Year Fully Operational Service,, (up to 2 suppliers, capped budget of £7m each). The work will be managed and coordinated by the NDA but may novate over to Nuclear Waste Services and maybe accessed by other entities of the NDA Group.<br/><br/>Whilst this is advertised as a services contract, Goods and works will apply.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 80 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Any waste products (including secondary waste) of the service that are not re-usable must be<br/>disposable and the service should aspire to be carbon-neutral in line with UK Government Policy.<br/>The service must comply to all existing regulatory requirements for handling asbestos and ACM, e.g the<br/>UK REACH chemical regulations”.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

As per SSQ doc and Additional information

III.1.2) Economic and financial standing

List and brief description of selection criteria:

As per SSQ doc and Additional information


Minimum level(s) of standards required:

As per SSQ doc and Additional information

III.1.3) Technical and professional ability

List and brief description of selection criteria:

As per SSQ doc and Additional information


Minimum level(s) of standards required:

As per SSQ doc and Additional information

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As per SSQ doc and Additional information

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Innovation partnership

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 19/06/2023

Local time: 11:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 20/07/2023

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 9 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Nuclear Decommissioning Authority

Herdus House Westlakes Science and Technology Park Moor Row

Cumbria

CA24 3HU

UK

Internet address(es)

URL: https://www.gov.uk/government/organisations/nuclear-decommissioning-authority

VI.4.2) Body responsible for mediation procedures

Nuclear Decommissioning Authority

Herdus House Westlakes Science and Technology Park Moor Row

Cumbria

CA24 3HU

UK

Internet address(es)

URL: https://www.gov.uk/government/organisations/nuclear-decommissioning-authority

VI.4.4) Service from which information about the review procedure may be obtained

Nuclear Decommissioning Authority

Herdus House Westlakes Science and Technology Park Moor Row

Cumbria

CA24 3HU

UK

Internet address(es)

URL: https://www.gov.uk/government/organisations/nuclear-decommissioning-authority

VI.5) Date of dispatch of this notice

10/05/2023

Coding

Commodity categories

ID Title Parent category
98391000 Decommissioning services Other services
73300000 Design and execution of research and development Research and development services and related consultancy services
71241000 Feasibility study, advisory service, analysis Architectural, engineering and planning services
79421200 Project-design services other than for construction work Project-management services other than for construction work
90520000 Radioactive-, toxic-, medical- and hazardous waste services Refuse and waste related services
73000000 Research and development services and related consultancy services Research and Development
79930000 Specialty design services Miscellaneous business and business-related services
79723000 Waste analysis services Investigation services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
madeline.jones@nda.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.