Tender

Groundwater Capability Framework

RADIOACTIVE WASTE MANAGEMENT

This public procurement record has 4 releases in its history.

Tender

04 Aug 2021 at 10:27

TenderUpdate

04 Aug 2021 at 10:27

TenderUpdate

23 Mar 2021 at 11:16

Planning

22 Feb 2021 at 12:10

Summary of the contracting process

The tender titled "Groundwater Capability Framework" is being conducted by Radioactive Waste Management (RWM) in the United Kingdom. This procurement falls under the services category, specifically focusing on groundwater pollution monitoring and control services. The process is currently in the Tender stage, with the closing date for submissions set for 16 September 2021. RWM has set an estimated total value of £4 million for this framework, which includes three distinct Lots aimed at enhancing groundwater management and analysis tools. Each Lot covers various aspects such as laboratory techniques, conceptual understanding, and expert advisory services.

This tender presents an excellent opportunity for businesses involved in environmental consulting, laboratory services, and scientific research to expand their operations. Companies specialising in hydrogeology, geochemistry, and technical support for groundwater systems would find this tender particularly relevant. Bidders can apply for multiple Lots, allowing for greater flexibility and an increased chance of securing a contract. Engaging with this framework can lead to significant business growth, especially for firms looking to contribute to innovative groundwater management solutions aligned with the requirements of the GDF programme.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Groundwater Capability Framework

Notice Description

This tender relates to the establishment of a groundwater capability framework (hereafter 'the framework').It is intended for advancement of the Scientific and Technology Readiness Levels (SRL/TRL) of groundwater tools, techniques and workflows commensurate with the needs of the GDF programme. There are 3 Lots under this framework. namely: * Lot 1: Laboratory and field techniques and tools for the collection of hydrogeochemical/hydrogeological geomicrobiological data (e.g. laboratory based geochemical, hydrogeological and mineralogical studies, extending to tool validation in the field). * Lot 2: Conceptual understanding and numerical representation - using hydrogeological and geochemical information to understand a site / setting, including the past and possible future evolution. This may include groundwater model rehearsals . * Lot 3: Provision of expert advice, including peer review, support for hydrogeological workflow development and technical integration.

Lot Information

Laboratory and field techniques and tools for the collection of hydrogeochemical/hydrogeological geomicrobiological data

Developing and maintaining specialist tools and techniques for collection of groundwater samples and in-situ and laboratory analysis of groundwaters. The nature of tasks may include the following: i. Recovery of pore waters from highly consolidated clays: understanding of existing, and potential development of alternative, approaches to recover porewater from diffusive / low permeability materials, both in the field and laboratory ii. Delivery of specialist analysis for the interpretation of groundwater age / residence time for the full range of rock types which may be expected along the groundwater flow path. This will include high transmissivity, near-surface systems as well as deep, ancient waters. Specifically, stable and/or radioactive isotope analysis and reactive / nonreactive tracers is expected (e.g. 4He, 81Kr, 36Cl, 234U/238U and 14C) iii. Advancing analytical approaches to reduce sample volume requirements, and/or to enhance speed of testing, understanding options for QA/QC / data reporting and control of analytical data iv. Advancing tools for geomicrobiological characterisation v. Interpretation and evaluation of analytical data vi. Experimental work to support definition of reference groundwaters (e.g. water-rock- EBS interaction studies) vii. Development / contribution to laboratory and field manuals, for example for definition of the equipment needs and sampling approaches and techniques viii. Advanced core analysis techniques for hydro-geological/ -geochemical parameterisation ix. Testing of existing specialist down hole tools for shallow and deep groundwater testing appropriate for GDF programme, such as PFL / Chemmac3 for example* x. Development of new down-hole techniques for accurate determination of unstable parameters such as Eh, dissolved oxygen and sulphide. This may involve partnership working for the innovation and development of new tools and techniques to support surface-based and intrusive site investigations xi. Development of novel remote sensing techniques to gather regional hydrogeological information

Renewal: Option for an extension for a period of 1 year.

Conceptual understanding and numerical representation - using hydrogeological and geochemical information to understand a site / setting, including the past and possible future evolution.

Lot 2 comprises desk-based activities, developing conceptual and numerical models to build understanding of regional and local hydrogeological systems, and how these will evolve following disturbance by GDF construction, during post closure evolution and as a result of external impacts such as future climate change. The nature of tasks may include the following: i. Gathering and QA/QC checks of historical data / 'dummy' data, for the development of conceptual hydrogeological models. ii. Development of conceptual hydrogeological models for candidate sites based mainly on pre-existing desk study and, when relevant, new seismic data, to support development of the site descriptive models (SDMs). iii. Development of simple groundwater flow models based upon site conceptualisation, considering variable density flow, in order to support early performance assessments iv. Coupled-process modelling to represent the interaction between components of the system and to understand impacts on regional flow (including rock structure, stresses and mechanical properties, hydrology, thermal gradients, geochemistry (including viscosity and the movement of dense brines), petrology, mineralogy and geomicrobiology v. Reactive transport modelling vi. Predictive (hind/fore-cast) modelling to provide understanding of system evolution, including verification, validation, sensitivity testing and code comparison exercises vii. Consideration of methods for modelling strongly heterolithic, dual-porosoity sedimentary media with low (diffusive) matrix permeability and layer-bound fracture systems. Effective uncertainty management, quantification and communication will be a crucial element of all modelling activities, please refer to RWM (2017)

Renewal: Option for an extension for a period of 1 year

Provision of expert advice, including peer review, support for hydrogeological workflow development and technical integration.

Lot 3 provides a call-off resource to support RWM colleagues with the development of internal and external workflows, processes and technical advice / support relating to groundwater relevant to the GDF programme. This is a strategic level lot which will be called upon at pressure points in the GDF, the nature of tasks may include the following: - State of knowledge reviews - Participation in RWM strategic governance such as the Groundwater Review Group - Facilitation and curation of workshops, for example for the elicitation of requirements - Expert review of internal documents, such as technical notes, reports and specifications - Peer review of supply chain led technical work, as required for publication to RWM's bibliography The number of suppliers qualifying for Lot 3 will not be limited.

Renewal: Option for an extension for aperiod of 1 year

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0294da
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/018130-2021
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services

72 - IT services: consulting, software development, Internet and support

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

71351200 - Geological and geophysical consultancy services

71621000 - Technical analysis or consultancy services

71900000 - Laboratory services

72242000 - Design-modelling services

90733700 - Groundwater pollution monitoring or control services

Notice Value(s)

Tender Value
£4,000,000 £1M-£10M
Lots Value
£4,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
4 Aug 20214 years ago
Submission Deadline
2 Sep 2021Expired
Future Notice Date
1 Apr 2021Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
RADIOACTIVE WASTE MANAGEMENT
Contact Name
James Gatawa
Contact Email
james.gatawa@nda.gov.uk
Contact Phone
+44 1925802823

Buyer Location

Locality
DIDCOT
Postcode
OX11 0GD
Post Town
Oxford
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ1 Berkshire, Buckinghamshire and Oxfordshire
Small Region (ITL 3)
TLJ14 Oxfordshire CC
Delivery Location
TLJ South East (England), TLJ14 Oxfordshire CC

Local Authority
Vale of White Horse
Electoral Ward
Hendreds
Westminster Constituency
Didcot and Wantage

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0294da-2021-08-04T11:27:22+01:00",
    "date": "2021-08-04T11:27:22+01:00",
    "ocid": "ocds-h6vhtk-0294da",
    "initiationType": "tender",
    "tender": {
        "id": "RWM433",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Groundwater Capability Framework",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "90733700",
            "description": "Groundwater pollution monitoring or control services"
        },
        "mainProcurementCategory": "services",
        "description": "This tender relates to the establishment of a groundwater capability framework (hereafter 'the framework').It is intended for advancement of the Scientific and Technology Readiness Levels (SRL/TRL) of groundwater tools, techniques and workflows commensurate with the needs of the GDF programme. There are 3 Lots under this framework. namely: * Lot 1: Laboratory and field techniques and tools for the collection of hydrogeochemical/hydrogeological geomicrobiological data (e.g. laboratory based geochemical, hydrogeological and mineralogical studies, extending to tool validation in the field). * Lot 2: Conceptual understanding and numerical representation - using hydrogeological and geochemical information to understand a site / setting, including the past and possible future evolution. This may include groundwater model rehearsals . * Lot 3: Provision of expert advice, including peer review, support for hydrogeological workflow development and technical integration.",
        "lots": [
            {
                "id": "1",
                "description": "Developing and maintaining specialist tools and techniques for collection of groundwater samples and in-situ and laboratory analysis of groundwaters. The nature of tasks may include the following: i. Recovery of pore waters from highly consolidated clays: understanding of existing, and potential development of alternative, approaches to recover porewater from diffusive / low permeability materials, both in the field and laboratory ii. Delivery of specialist analysis for the interpretation of groundwater age / residence time for the full range of rock types which may be expected along the groundwater flow path. This will include high transmissivity, near-surface systems as well as deep, ancient waters. Specifically, stable and/or radioactive isotope analysis and reactive / nonreactive tracers is expected (e.g. 4He, 81Kr, 36Cl, 234U/238U and 14C) iii. Advancing analytical approaches to reduce sample volume requirements, and/or to enhance speed of testing, understanding options for QA/QC / data reporting and control of analytical data iv. Advancing tools for geomicrobiological characterisation v. Interpretation and evaluation of analytical data vi. Experimental work to support definition of reference groundwaters (e.g. water-rock- EBS interaction studies) vii. Development / contribution to laboratory and field manuals, for example for definition of the equipment needs and sampling approaches and techniques viii. Advanced core analysis techniques for hydro-geological/ -geochemical parameterisation ix. Testing of existing specialist down hole tools for shallow and deep groundwater testing appropriate for GDF programme, such as PFL / Chemmac3 for example* x. Development of new down-hole techniques for accurate determination of unstable parameters such as Eh, dissolved oxygen and sulphide. This may involve partnership working for the innovation and development of new tools and techniques to support surface-based and intrusive site investigations xi. Development of novel remote sensing techniques to gather regional hydrogeological information",
                "status": "active",
                "title": "Laboratory and field techniques and tools for the collection of hydrogeochemical/hydrogeological geomicrobiological data",
                "value": {
                    "amount": 1700000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option for an extension for a period of 1 year."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            },
            {
                "id": "2",
                "title": "Conceptual understanding and numerical representation - using hydrogeological and geochemical information to understand a site / setting, including the past and possible future evolution.",
                "description": "Lot 2 comprises desk-based activities, developing conceptual and numerical models to build understanding of regional and local hydrogeological systems, and how these will evolve following disturbance by GDF construction, during post closure evolution and as a result of external impacts such as future climate change. The nature of tasks may include the following: i. Gathering and QA/QC checks of historical data / 'dummy' data, for the development of conceptual hydrogeological models. ii. Development of conceptual hydrogeological models for candidate sites based mainly on pre-existing desk study and, when relevant, new seismic data, to support development of the site descriptive models (SDMs). iii. Development of simple groundwater flow models based upon site conceptualisation, considering variable density flow, in order to support early performance assessments iv. Coupled-process modelling to represent the interaction between components of the system and to understand impacts on regional flow (including rock structure, stresses and mechanical properties, hydrology, thermal gradients, geochemistry (including viscosity and the movement of dense brines), petrology, mineralogy and geomicrobiology v. Reactive transport modelling vi. Predictive (hind/fore-cast) modelling to provide understanding of system evolution, including verification, validation, sensitivity testing and code comparison exercises vii. Consideration of methods for modelling strongly heterolithic, dual-porosoity sedimentary media with low (diffusive) matrix permeability and layer-bound fracture systems. Effective uncertainty management, quantification and communication will be a crucial element of all modelling activities, please refer to RWM (2017)",
                "value": {
                    "amount": 1900000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option for an extension for a period of 1 year"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "3",
                "title": "Provision of expert advice, including peer review, support for hydrogeological workflow development and technical integration.",
                "description": "Lot 3 provides a call-off resource to support RWM colleagues with the development of internal and external workflows, processes and technical advice / support relating to groundwater relevant to the GDF programme. This is a strategic level lot which will be called upon at pressure points in the GDF, the nature of tasks may include the following: - State of knowledge reviews - Participation in RWM strategic governance such as the Groundwater Review Group - Facilitation and curation of workshops, for example for the elicitation of requirements - Expert review of internal documents, such as technical notes, reports and specifications - Peer review of supply chain led technical work, as required for publication to RWM's bibliography The number of suppliers qualifying for Lot 3 will not be limited.",
                "value": {
                    "amount": 400000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option for an extension for aperiod of 1 year"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71900000",
                        "description": "Laboratory services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90733700",
                        "description": "Groundwater pollution monitoring or control services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UKJ14"
                    },
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1",
                "deliveryLocation": {
                    "description": "United Kingdom"
                }
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90733700",
                        "description": "Groundwater pollution monitoring or control services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72242000",
                        "description": "Design-modelling services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "United Kingdom"
                },
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90733700",
                        "description": "Groundwater pollution monitoring or control services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71351200",
                        "description": "Geological and geophysical consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71621000",
                        "description": "Technical analysis or consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "United kingdom"
                },
                "relatedLot": "3"
            }
        ],
        "communication": {
            "futureNoticeDate": "2021-04-02T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "amendments": [
            {
                "id": "1",
                "description": "The submission deadline has been extended to 19/03/2021"
            },
            {
                "id": "2",
                "unstructuredChanges": [
                    {
                        "newValue": {
                            "date": "2021-09-16T13:30:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit for receipt of tenders or requests to participate"
                        }
                    },
                    {
                        "newValue": {
                            "date": "2021-12-17"
                        },
                        "where": {
                            "section": "IV.2.6",
                            "label": "Minimum time frame during which the tenderer must maintain the tender"
                        }
                    }
                ]
            }
        ],
        "value": {
            "amount": 4000000,
            "currency": "GBP"
        },
        "lotDetails": {
            "awardCriteriaDetails": "The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Lot 1, Lot 2, Lot 3 Bidders have the opportunity to submit bids for all or any combination of lots."
        },
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13886&B=SELLAFIELD",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Bidders will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to an Invitation to Tender (\"ITT\"). Registering for access. This procurement will be managed electronically via the CTM eSourcing portal. This will be the primary route for sharing all information and communicating with bidders. If not alreadt registered, you will first need to register your organisation on the portal. To register, you will need to: 1. Go to the URL: https:// sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=12954&B=SELLAFIELD",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 250
            }
        },
        "tenderPeriod": {
            "endDate": "2021-09-02T13:30:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2021-12-03T23:59:59Z"
            }
        },
        "awardPeriod": {
            "startDate": "2021-09-02T13:30:00+01:00"
        },
        "bidOpening": {
            "date": "2021-09-02T13:30:00+01:00"
        },
        "hasRecurrence": false,
        "reviewDetails": "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."
    },
    "parties": [
        {
            "id": "GB-FTS-3060",
            "name": "Radioactive Waste Management",
            "identifier": {
                "legalName": "Radioactive Waste Management",
                "id": "8920190"
            },
            "address": {
                "streetAddress": "Building 329, Thomson Avenue",
                "locality": "Didcot",
                "region": "UKJ14",
                "postalCode": "OX11 0GD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "James Gatawa",
                "telephone": "+44 1925802823",
                "email": "James.gatawa@nda.gov.uk",
                "url": "https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13886&B=SELLAFIELD"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/case-studies/shared-services-alliance-ssa-for-nuclear-decommissioning-estate",
                "buyerProfile": "https://sharedsystems.eu-supply.com/ctm/Company/CompanyInformation/Index/3510",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Nuclear Decommissioning"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-439",
            "name": "Royal Courts of Justice",
            "identifier": {
                "legalName": "Royal Courts of Justice"
            },
            "address": {
                "streetAddress": "Strand",
                "locality": "London",
                "postalCode": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ],
            "details": {
                "url": "http://www.justice.gov.uk"
            }
        },
        {
            "id": "GB-FTS-21365",
            "name": "Radioactive Waste Management Ltd",
            "identifier": {
                "legalName": "Radioactive Waste Management Ltd"
            },
            "address": {
                "locality": "Didcot",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-3060",
        "name": "Radioactive Waste Management"
    },
    "language": "en"
}