Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Radioactive Waste Management Limited trading as Nuclear Waste Services
Building 329, West, Harwell Science & Innovation Campus, Thomson Ave
Didcot
OX11 0GD
UK
Contact person: Hannah Armstrong
E-mail: hannah.armstrong@nuclearwasteservices.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/nuclear-waste-services
Address of the buyer profile: https://www.gov.uk/government/organisations/nuclear-waste-services
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://atamis-2464.my.site.com/s/Welcome
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://atamis-2464.my.site.com/s/Welcome
Tenders or requests to participate must be sent to the abovementioned 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
I.4) Type of the contracting authority
Other: Nuclear Waste Services
I.5) Main activity
Other: Nuclear Waste Services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Disposability Assurance Support Framework 2024
Reference number: C6116
II.1.2) Main CPV code
90521300
II.1.3) Type of contract
Services
II.1.4) Short description
This is a procurement for a Disposability Assurance Framework. Disposability Assurance is a key mechanism for risk mitigation across the NDA Group, enabling the packaging and interim storage of radioactive waste.
II.1.5) Estimated total value
Value excluding VAT:
8 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
90513900
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Harwell
II.2.4) Description of the procurement
This is a procurement for a Disposability Assurance Framework. Disposability Assurance is a key mechanism for risk mitigation across the NDA Group, enabling the packaging and interim storage of radioactive waste. The Framework will consist Three Suppliers across four Bundles, Bundles A to C being direct award and Bundle D being mini-competition.
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:
8 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2024
End:
31/03/2028
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 3
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:
24/01/2024
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
24/01/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts Of Justice
Strand
London
WC2A 2LL
UK
E-mail: RCJ.DCO@justice.gov.uk
Internet address(es)
URL: https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice
VI.4.2) Body responsible for mediation procedures
Royal Courts Of Justice
Strand
London
WC2A 2LL
UK
E-mail: RCJ.DCO@justice.gov.uk
Internet address(es)
URL: https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice
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 day 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
Radioactive Waste Management Limited trading as Nuclear Waste Services
Building 329, West, Harwell Science & Innovation Campus, Thomson Ave
Didcot
OX11 0GD
UK
Internet address(es)
URL: https://www.gov.uk/government/organisations/nuclear-waste-services
VI.5) Date of dispatch of this notice
24/11/2023