United Kingdom-Didcot: Advisory and consultative engineering services

Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.

Title United Kingdom-Didcot: Advisory and consultative engineering services
OJEU (High Value) 638168-2020
Type Additional information (IC = AA changes and cancellations)
Date Published 2020-12-28
Deadline 2021-01-27 12:00:00
Nature Of Contract Service contract
Awarding Authority
Procedure Restricted procedure

Description :

Additional Information


Section I: Contracting authority

I.1) Name and addresses:
Official name: Radioactive Waste Management
National registration number: National registration number: 8920190
Postal address: Building 329, Thomson Avenue
Town: Didcot
Postal code: OX11 0GD
Country: UK
Contact person: Anthony E Potts
Telephone: +44 1925802897
E-mail: tony.potts@nda.gov.uk
NUTS code: UK
Main address: https://www.gov.uk/government/case-studies/shared-services-alliance-ssa-for-nuclear-decommissioning-estate

Section II: Object of Contract


Title:
Site Evaluation Services

Reference number: RWM169

II.1.4) Short description
RWM is responsible for implementing geological disposal of higher activity radioactive wastes. Geological disposal involves placing radioactive waste deep underground in a suitable geological environment for the time required for the radioactivity associated with them to naturally reduce. RWM will act as a developer of a geological disposal facility (GDF) for such waste and is responsible for ensuring that the siting, construction, operation and eventual closure of a GDF complies with the UK’s high standards of safety, security and environmental protection. RWM is committed to engaging and working in partnership with communities and relevant local authorities in England and Wales for the purposes of identifying a suitable location for the development and operation of a GDF. This Contract Notice relates to establishing a number of frameworks for consultancy services to support in the evaluation of potential sites.


Section V: Complementary information


Section VI

Date of dispatch of this notice : 2020-12-23
Notice number in the OJ S 2020/S 247-615606


Changes

IV.2.2)
Time limit for receipt of tenders or requests to participate
Old Value:
2021-01-11
12:00
New Value:
2021-01-27
12:00

Additional Information:

The deadline for submission of the SQ has been amended to noon 27 January 2021

The date of the supplier Information Event has been amended to 11/12 January 2021

There is no modification to the SQ requirements.

RWM has amended some of the security provisions set out in the draft Invitation to Tender and draft Framework Agreement. In particular we have downgraded the security classification of Lots 2, 3, 5, 6, 9 to 'Official'. As a consequence, the level of Cyber Assurance for these Lots has been downgraded from Cyber Essentials Plus to Cyber Essentials. For Lots 2, 3, 5, 6, 9 the requirement for UK only processing of RWM data has been relaxed to include EEA. We have amended provisions related to GDPR to reflect this for the relevant lots. In addition we have provided further clarity to the Schedule 16 of the Framework Agreement related to the security provisions.

In addition, we have provided further guidance in relation to pricing in the draft Pricing Schedule.

RWM advise the following changes to the documentation:

1) SQ Instructions v2 — Dates have been updated in Table 9 and Item 2.3 relating to the Security Classification of the various lots.

2) Appendix 5 to the ITT — Pricing Matrix, the list of inclusions has been clarified and minor typographical changes made.

3) Draft ITT — changes to reflect the changes to the security requirements and minor changes to dates.

4) Award Criteria Appendix 4 to the ITT — updated to match the security updates. Q8 Information Security has been revised.

5) Appendix 8 to the ITT Guidance on Completing Q8 Information Security Self-Assessment – replaces previous Appendix 8.

6) Draft Framework Agreement — amended at Schedule 16 Security Requirements and GDPR requirements for Lots 2, 3, 5, 6, 9.

CPV Codes
71242000; 71510000; 72224000; 71300000; 90713000; 71320000; 71321100; 71335000; 71248000; 71244000; 79311410; 71351220; 79417000; 73000000; 98113100; 79311400; 79315000; 71318000; 90521400; Project and design preparation, estimation of costs; Site-investigation services; Project management consultancy services; Engineering services; Environmental issues consultancy services; Engineering design services; Construction economics services; Engineering studies; Supervision of project and documentation; Calculation of costs, monitoring of costs; Economic impact assessment; Geological consultancy services; Safety consultancy services; Research and development services and related consultancy services; Nuclear safety services; Economic research services; Social research services; Advisory and consultative engineering services; Transport of radioactive waste;

Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions.