UK-Swindon: Containers for waste material.

UK-Swindon: Containers for waste material.
Section I: Contracting Authority
I.1) Name and addresses
UK Research and Innovation
Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
Tel. +44 1793442000, Email: commercial@ukri.org
Main Address: https://www.ukri.org
NUTS Code: UKK14
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Containers-for-waste-material./4SECHT2A73
Additional information can be obtained from: the abovementioned address
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: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity:

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: UKRI-1679 Remote Retrieval and Handling Facility
Reference Number: UKRI-1679
II.1.2) Main CPV Code:
44613800 - Containers for waste material.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The Remote Retrieval and Handling Facility (RRHF) project is part of the Waste Accumulation Reduction Programme (WARP) which is in place to manage the accumulation of radioactive waste from legacy facilities and current ISIS Neutron and Muon Source (ISIS) operations at the Rutherford Appleton Laboratory (RAL). This radioactive waste needs to be safely managed and disposed of in compliance with legislation and government policy. In response to this requirement, STFC needs to develop the capability in terms of facilities, techniques, staff competence and external stakeholder agreements to reduce this backlog and sustainably manage radioactive wastes from current and future activities.
The RRHF will be a specialist facility which will allow handling of radioactive waste, primarily in preparation for disposal, but also facilitating sampling, size reduction, Post Irradiation Examination (PIE), maintenance and other tasks involving radioactive materials.
II.1.5) Estimated total value:
Value excluding VAT: 10,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
44613800 - Containers for waste material.

II.2.3) Place of performance:
UKJ14 Oxfordshire

II.2.4) Description of procurement: The Remote Retrieval and Handling Facility (RRHF) project is part of the Waste Accumulation Reduction Programme (WARP) which is in place to manage the accumulation of radioactive waste from legacy facilities and current ISIS Neutron and Muon Source (ISIS) operations at the Rutherford Appleton Laboratory (RAL). This radioactive waste needs to be safely managed and disposed of in compliance with legislation and government policy. In response to this requirement, STFC needs to develop the capability in terms of facilities, techniques, staff competence and external stakeholder agreements to reduce this backlog and sustainably manage radioactive wastes from current and future activities.
The RRHF will be a specialist facility which will allow handling of radioactive waste, primarily in preparation for disposal, but also facilitating sampling, size reduction, Post Irradiation Examination (PIE), maintenance and other tasks involving radioactive materials.
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: 10,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/03/2023 / End: 02/03/2026
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: Following evaluation of the submitted SQ Responses and approval of the outcome, UKRI intends to invite up to 5 Suppliers to the Invitation to Submit Outlined solution In Dialogue Stage (ITSOS) by issuing an Invitation to Participate in Dialogue. Only Suppliers who pass all Mandatory Pass/Fail Selection Questions of the SQ Document will be invited to the Invitation to Submit Outlined solution In Dialogue Stage (ITSOS). If there are more than 5 suppliers, the suppliers shall be ranked based on their total score achieved in the Selection stage and the top 5 ranked suppliers shall be invited to the Invitation to Submit Outlined solution In Dialogue Stage (ITSOS).

The intention is for the dialogue to take place in successive stages in order to reduce the number of solutions to be discussed during the dialogue stage by applying the award criteria as detailed in the documentation. Please refer to Appendix D UKRI-1679- Competitive Dialogue Process
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://ukri.delta-esourcing.com/respond/4SECHT2A73


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:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract

III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description COMPETITIVE_DIALOGUE
IV.1.1) Type of procedure:Competitive dialogue

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.

IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 16/09/2022 Time: 14:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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 month(s): 3



Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Containers-for-waste-material./4SECHT2A73

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/4SECHT2A73
VI.4) Procedures for review
VI.4.1) Review body:
UK Research and Innovation
https://www.ukri.org, North Star Avenue, Swindon, SN2 1FL, United Kingdom
Email: commercial@ukri.org
Internet address: https://www.ukri.org
VI.4.2) Body responsible for mediation procedures:
UK Research and Innovation
Polaris House,, North Star Avenue, Swindon, SN2 1FL, United Kingdom
Email: commercial@ukri.org
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 09/08/2022

Annex A