Construction Contract Leads
United Kingdom
Category Services
Type
No. of Lots 1
Status Active
Published 10th May 2023
Reference | ocds-h6vhtk-03c79f |
Common Procurement Vocabulary | Radioactive-, toxic-, medical- and hazardous waste services |
Procurement Method | Innovation partnership |
Value | £80,000,000 |
United Kingdom
Category Services
Type
No. of Lots 1
Status Active
Published 10th May 2023
Reference | ocds-h6vhtk-03c79f |
Common Procurement Vocabulary | Radioactive-, toxic-, medical- and hazardous waste services |
Procurement Method | Innovation partnership |
Value | £80,000,000 |
Section I: Contracting authority
I.1) Name and addresses
Nuclear Decommissioning Authority
Herdus House Westlakes Science and Technology Park Moor Row
Cumbria
CA24 3HU
Contact
Maddie Jones
madeline.jones [at] nda.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
N/A
Internet address(es)
Main address
https://www.gov.uk/government/organisations/nuclear-decommissioning-authority
Buyer's address
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 above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity
Nuclear
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Asbestos Innovation Partnership
II.1.2) Main CPV code
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
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
asbestos and asbestos-containing materials (ACM), that are currently considered as wastes with
significant chemo-toxic properties, into an inert product that can be re-used. The requirement is to
primarily treat radiologically-contaminated Asbestos / ACM up to, and including that classified as,
Intermediate Level Waste. The scope includes highly friable material. It is expected that the technology
developed will also be applicable to non-radiologically contaminated asbestos / ACM and this may prevent
significant quantities having to be sent to licenced hazardous landfills.
Although primarily aimed at NDA estate wastes, the service may be accessible to non-NDA estate
organisations in the UK Nuclear Industry.
II.1.5) Estimated total value
Value excluding VAT: £80,000,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 71241000 - Feasibility study, advisory service, analysis
- 73000000 - Research and development services and related consultancy services
- 79723000 - Waste analysis services
- 79421200 - Project-design services other than for construction work
- 73300000 - Design and execution of research and development
- 79930000 - Specialty design services
- 98391000 - Decommissioning services
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
The procurement over 8 +1 +1 years will provide a fully operational service (Technology
Readiness Level (TRL) 9) through the delivery of an innovative treatment solution for both
radiologically-contaminated and non-contaminated asbestos / ACM. The aim of the new service to make
“re-use” the preferred management option and disposal the least preferred management option (in
alignment with the waste hierarchy), and to thereby decrease the risks and hazards associated with
asbestos/ACM handling and management.
The procurement will start with up to a 12 month R&D and Testing phase awarding up to 3 suppliers £0-£4M per supplier.
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.
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
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
disposable and the service should aspire to be carbon-neutral in line with UK Government Policy.
The service must comply to all existing regulatory requirements for handling asbestos and ACM, e.g the
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 possibly 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 possibly 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 the 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 June 2023
Local time
11:00am
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
20 July 2023
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
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
Country
United Kingdom
Internet address
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
Country
United Kingdom
Internet address
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
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/nuclear-decommissioning-authority