Tender

Technical Toolkits - Support, Maintenance and Development Framework

RADIOACTIVE WASTE MANAGEMENT

This public procurement record has 3 releases in its history.

TenderUpdate

27 Oct 2021 at 10:57

TenderUpdate

26 Oct 2021 at 10:42

Tender

25 Oct 2021 at 11:12

Summary of the contracting process

The Radioactive Waste Management (RWM) organisation is conducting an open tender for the "Technical Toolkits – Support, Maintenance and Development Framework". This procurement falls within the IT services industry, specifically aimed at consulting, software development, Internet and support services, and is taking place in Didcot, UK. The tender process began on 25th October 2021, with a submission deadline set for 15th November 2021. The procurement is structured into five lots, with a total estimated value of £4,000,000, and it aims to develop and maintain vital software systems that contribute to geological disposal facility design and construction.

This tender presents significant opportunities for businesses engaged in software development and IT services, particularly those with experience in the energy sector or environmental safety systems. Companies capable of providing agile software development, system support, and maintenance, along with expertise in managing complex data environments, would be well-suited to compete. The ability to deliver projects under a framework agreement may also appeal to firms looking to establish ongoing contracts with RWM. Interested suppliers can submit proposals for one or multiple lots, encouraging a competitive environment for both large consortiums and smaller specialist firms.

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

Technical Toolkits - Support, Maintenance and Development Framework

Notice Description

RWM requires third party contract support to develop, support and maintain the Safety Case Management System (Lot 1) which references the outputs of other toolkits developed under the Inventory toolkit (Lot 2) and the Nuclear Safety Toolkit (Lot 3). All are underpinned by DIG Client (Lot 4) which is designed to allow users to create and update a number of XML-based electronic forms which store data and information on its use. All Lots in part, share Common Services (Lot 5) whilst requiring discreet services tailored to their system. All these systems are supporting the location identification, design and construction of a GDF (Geological Disposal Facility) which is the first facility of its type in the UK.

Lot Information

Safety Case Management System (ViSI) Toolkit seeks to appoint a single contracting organisation/ consortium

The primary objectives of Lot 1 Safety Case Management System Toolkit are: ViSI (Visualisation of System Information) is a toolkit which RWM has developed internally to manage (including its evidence base) and facilitate the demonstration of a robust safety case for a Geological Disposal Facility. In a detailed document, such as an environmental safety case, it can be difficult to follow how each claim relates to underlying arguments and associated evidence as a result of the volume of information which is relevant. This may lead to loss of clarity regarding whether the safety case is robust or whether there may be gaps in claims, safety arguments, or evidence. The extant VISI system is written in several programming languages. RWM requires a development team to undertake tasks as directed by the RWM in-house team. RWM has an agreed vision and strategy for the development of ViSI, through the ViSI roadmap. While the ViSI system has a roadmap, it is not possible to define the precise functional requirements of the system. Therefore, RWM will use the agile software development methodology as recommended by Government Digital Service guidelines to replicate successful working arrangements previously used. The successful bidder for Lot 1 will be expected to provide both support, maintenance, along with the development of the VISI system, and associated components that are required for, or compliment, the system (e.g.: tools for editing, updating, and managing content). It is anticipated that the Services (as called off from the Framework Agreement) are required to fix bugs (or other issues) and to develop and or improve the VISI system (e.g.: by addressing feature requests). Queries or critical fixes are likely to need fixing at short notice (however, the time to develop a fix or workaround itself is likely to be small) while improvements are likely to take a greater level of effort but have less urgency. The scope of Services shall include all developments of VISI over the period, including code development, testing, documentation, installation/deployment, and technical/architectural advice, together with any other support needed.

Renewal: Based on anticipated start date of contract period January 2022 - March 2024 there will be a possible 3+1yr extensions to March 2027

Inventory Toolkit seeks to appoint a single contracting organisation/ consortium

The primary objectives of Lot 2 Inventory Toolkit The inventory toolkits have been developed independently since the 1990s. Data routinely needs to be manually copied between them and there are overlaps in the stored data and code. There are two main issues that this has introduced: - * Data management: each toolkit has its own data store and can use different underpinning data or different code to achieve the same purpose, potentially leading to inconsistencies. Manually copying data between toolkits is error-prone and time consuming. The inability to control who uses the toolkits, or which version of the toolkit they use introduces the potential for further errors. * Efficiency: because of the technology choices and lack of integration the toolkits are costly to maintain and time-consuming to use when data needs to be moved between them Data and toolkit management issues in other areas have previously had a significant detrimental impact on our reputation (e.g.: thermal modelling errors). Inventory data is an important input to the GDF designs and safety cases, as well as disposability assessments. Hence any errors in the inventory data could impact on our safety cases and disposability assessment advice. As we move through the siting process, there is a risk that such errors would have a significant impact on our attempt to find a willing host community. It is important to minimise this risk. The successful bidder for Lot 2 will be expected to provide all aspects of software development for the inventory toolkits including backlog management, development of user stories, version control, test plans, bug fixing and deployment. Additionally, the successful bidder will be expected to provide support to users and maintenance to the existing inventory toolkits.

Renewal: Based on anticipated start date of contract period January 2022 - March 2024 there will be a possible 3+1yr extensions to March 2027

Nuclear Safety Case Toolkit seeks to appoint a single contracting organisation/ consortium

The primary objectives of Lot 3 Nuclear Safety Case Toolkit: RWM is developing its capability to undertake operational safety assessments in support of site evaluation and waste management. A digital capability has been chosen to align with the function's broader aim of implementing Building Information Modelling (BIM) as mandated by government. The objective of the OSSS project is to provide the software tools that will facilitate this approach. These are primarily database and configuration management tools that will ease the production of a reliable, consistent, and auditable safety case; calculations are only one part of the total capability. The scope of this procurement is to build, test and deploy the software such that it delivers the capability defined in the specifications The successful bidder for Lot 3 will be expected to provide all aspects of software development including backlog management, capture of user needs, version control, test plans, documentation, bug fixing and deployment

Renewal: Based on anticipated start date of contract period January 2022 - March 2024 there will be a possible 3+1yr extensions to March 2027

Dig Client seeks to appoint a single contracting organisation/ consortium

The primary objectives of Lot 4 Dig Client: DIG is a bespoke suite of client applications used to create and edit a number of XML-based electronic forms to record numerical data and its associated uses. The suite includes capabilities to convert units and import/export data into a number of different formats for use in RWM's modelling and reporting workflows. The successful bidder for Lot 4 will be expected to provide: Support, maintenance and development of the DIG suite as required by RWM over the period. This includes the provision of bug fixes, maintenance (to ensure compatibility with RWM's current and future systems) and new developments (including the migration of functionality, or ability to interface with, any future Common Data Environment commissioned by RWM). The suite is largely written in .NET with C# with a number of elements written in other languages (e.g. Python, C). Lot 5 Common Shared Services: will be formed by the successful bidders for the above. The successful bidders will be invited to mini tender under this framework for common services associated with all the Technical Toolkits named as described in the specifications. RWM reserves the right to direct award work under Lot 5 up to the value of PS50k per task.

Renewal: Based on anticipated start date of contract period January 2022 - March 2024 there will be a possible 3+1yr extensions to March 2027

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02ef75
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/026888-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender 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

48 - Software package and information systems

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


CPV Codes

48000000 - Software package and information systems

72000000 - IT services: consulting, software development, Internet and support

Notice Value(s)

Tender Value
£4,000,000 £1M-£10M
Lots Value
£1,150,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
27 Oct 20214 years ago
Submission Deadline
15 Nov 2021Expired
Future Notice Date
Not specified
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
Wesley Pearson
Contact Email
wesley.pearson@nda.gov.uk
Contact Phone
+44 1925802820

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), TLJ1 Berkshire, Buckinghamshire and Oxfordshire, TLJ14 Oxfordshire CC, TLK South West (England)

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-02ef75-2021-10-27T11:57:22+01:00",
    "date": "2021-10-27T11:57:22+01:00",
    "ocid": "ocds-h6vhtk-02ef75",
    "initiationType": "tender",
    "tender": {
        "id": "RWM176",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Technical Toolkits - Support, Maintenance and Development Framework",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "mainProcurementCategory": "services",
        "description": "RWM requires third party contract support to develop, support and maintain the Safety Case Management System (Lot 1) which references the outputs of other toolkits developed under the Inventory toolkit (Lot 2) and the Nuclear Safety Toolkit (Lot 3). All are underpinned by DIG Client (Lot 4) which is designed to allow users to create and update a number of XML-based electronic forms which store data and information on its use. All Lots in part, share Common Services (Lot 5) whilst requiring discreet services tailored to their system. All these systems are supporting the location identification, design and construction of a GDF (Geological Disposal Facility) which is the first facility of its type in the UK.",
        "value": {
            "amount": 4000000,
            "currency": "GBP"
        },
        "lotDetails": {
            "awardCriteriaDetails": "Lot 1/2/3/4 However, bidders have the opportunity to submit bids for all or any combination of lots."
        },
        "lots": [
            {
                "id": "1",
                "title": "Safety Case Management System (ViSI) Toolkit seeks to appoint a single contracting organisation/ consortium",
                "description": "The primary objectives of Lot 1 Safety Case Management System Toolkit are: ViSI (Visualisation of System Information) is a toolkit which RWM has developed internally to manage (including its evidence base) and facilitate the demonstration of a robust safety case for a Geological Disposal Facility. In a detailed document, such as an environmental safety case, it can be difficult to follow how each claim relates to underlying arguments and associated evidence as a result of the volume of information which is relevant. This may lead to loss of clarity regarding whether the safety case is robust or whether there may be gaps in claims, safety arguments, or evidence. The extant VISI system is written in several programming languages. RWM requires a development team to undertake tasks as directed by the RWM in-house team. RWM has an agreed vision and strategy for the development of ViSI, through the ViSI roadmap. While the ViSI system has a roadmap, it is not possible to define the precise functional requirements of the system. Therefore, RWM will use the agile software development methodology as recommended by Government Digital Service guidelines to replicate successful working arrangements previously used. The successful bidder for Lot 1 will be expected to provide both support, maintenance, along with the development of the VISI system, and associated components that are required for, or compliment, the system (e.g.: tools for editing, updating, and managing content). It is anticipated that the Services (as called off from the Framework Agreement) are required to fix bugs (or other issues) and to develop and or improve the VISI system (e.g.: by addressing feature requests). Queries or critical fixes are likely to need fixing at short notice (however, the time to develop a fix or workaround itself is likely to be small) while improvements are likely to take a greater level of effort but have less urgency. The scope of Services shall include all developments of VISI over the period, including code development, testing, documentation, installation/deployment, and technical/architectural advice, together with any other support needed.",
                "value": {
                    "amount": 350000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Based on anticipated start date of contract period January 2022 - March 2024 there will be a possible 3+1yr extensions to March 2027"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "2",
                "title": "Inventory Toolkit seeks to appoint a single contracting organisation/ consortium",
                "description": "The primary objectives of Lot 2 Inventory Toolkit The inventory toolkits have been developed independently since the 1990s. Data routinely needs to be manually copied between them and there are overlaps in the stored data and code. There are two main issues that this has introduced: - * Data management: each toolkit has its own data store and can use different underpinning data or different code to achieve the same purpose, potentially leading to inconsistencies. Manually copying data between toolkits is error-prone and time consuming. The inability to control who uses the toolkits, or which version of the toolkit they use introduces the potential for further errors. * Efficiency: because of the technology choices and lack of integration the toolkits are costly to maintain and time-consuming to use when data needs to be moved between them Data and toolkit management issues in other areas have previously had a significant detrimental impact on our reputation (e.g.: thermal modelling errors). Inventory data is an important input to the GDF designs and safety cases, as well as disposability assessments. Hence any errors in the inventory data could impact on our safety cases and disposability assessment advice. As we move through the siting process, there is a risk that such errors would have a significant impact on our attempt to find a willing host community. It is important to minimise this risk. The successful bidder for Lot 2 will be expected to provide all aspects of software development for the inventory toolkits including backlog management, development of user stories, version control, test plans, bug fixing and deployment. Additionally, the successful bidder will be expected to provide support to users and maintenance to the existing inventory toolkits.",
                "value": {
                    "amount": 250000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Based on anticipated start date of contract period January 2022 - March 2024 there will be a possible 3+1yr extensions to March 2027"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "3",
                "title": "Nuclear Safety Case Toolkit seeks to appoint a single contracting organisation/ consortium",
                "description": "The primary objectives of Lot 3 Nuclear Safety Case Toolkit: RWM is developing its capability to undertake operational safety assessments in support of site evaluation and waste management. A digital capability has been chosen to align with the function's broader aim of implementing Building Information Modelling (BIM) as mandated by government. The objective of the OSSS project is to provide the software tools that will facilitate this approach. These are primarily database and configuration management tools that will ease the production of a reliable, consistent, and auditable safety case; calculations are only one part of the total capability. The scope of this procurement is to build, test and deploy the software such that it delivers the capability defined in the specifications The successful bidder for Lot 3 will be expected to provide all aspects of software development including backlog management, capture of user needs, version control, test plans, documentation, bug fixing and deployment",
                "value": {
                    "amount": 400000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Based on anticipated start date of contract period January 2022 - March 2024 there will be a possible 3+1yr extensions to March 2027"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "4",
                "title": "Dig Client seeks to appoint a single contracting organisation/ consortium",
                "description": "The primary objectives of Lot 4 Dig Client: DIG is a bespoke suite of client applications used to create and edit a number of XML-based electronic forms to record numerical data and its associated uses. The suite includes capabilities to convert units and import/export data into a number of different formats for use in RWM's modelling and reporting workflows. The successful bidder for Lot 4 will be expected to provide: Support, maintenance and development of the DIG suite as required by RWM over the period. This includes the provision of bug fixes, maintenance (to ensure compatibility with RWM's current and future systems) and new developments (including the migration of functionality, or ability to interface with, any future Common Data Environment commissioned by RWM). The suite is largely written in .NET with C# with a number of elements written in other languages (e.g. Python, C). Lot 5 Common Shared Services: will be formed by the successful bidders for the above. The successful bidders will be invited to mini tender under this framework for common services associated with all the Technical Toolkits named as described in the specifications. RWM reserves the right to direct award work under Lot 5 up to the value of PS50k per task.",
                "value": {
                    "amount": 150000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Based on anticipated start date of contract period January 2022 - March 2024 there will be a possible 3+1yr extensions to March 2027"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK"
                    },
                    {
                        "region": "UKJ14"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ14"
                    },
                    {
                        "region": "UKJ1"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ14"
                    },
                    {
                        "region": "UKJ1"
                    },
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ1"
                    },
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "4"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://sharedsystems.eu-supply.com/app/rfq/edittransaction.asp?TID=13778",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "List and brief description of conditions: 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": 4
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-11-15T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2021-11-15T12:00:00Z"
        },
        "bidOpening": {
            "date": "2021-11-15T12:00:00Z"
        },
        "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.",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "newValue": {
                            "classifications": [
                                {
                                    "scheme": "CPV",
                                    "id": "48000000",
                                    "description": "Software package and information systems"
                                }
                            ]
                        },
                        "where": {
                            "section": "II.2.2",
                            "label": "Additional CPV code(s)"
                        },
                        "relatedLot": "2/3/4"
                    }
                ]
            },
            {
                "id": "2",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "The procurement documents are available for unrestricted and full direct access, free of charge, at https://sharedsystems.eu-supply.com/app/rfq/edittransaction.asp?TID=13778 Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via https://sharedsystems.eu-supply.com/app/rfq/edittransaction.asp?TID=13778 Tenders or requests to participate must be submitted to the above-mentioned address"
                        },
                        "newValue": {
                            "text": "The procurement documents are available for unrestricted and full direct access, free of charge, at https://sharedsystems.eu-supply.com/ctm/Supplier/PublicPurchase/14157/1/0 Tenders or requests to participate must be submitted to the above-mentioned address"
                        },
                        "where": {
                            "section": "I.3) Communication"
                        }
                    }
                ]
            }
        ]
    },
    "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": "UKJ",
                "postalCode": "OX11 0GD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Wesley Pearson",
                "telephone": "+44 1925802820",
                "email": "Wesley.pearson@nda.gov.uk",
                "url": "https://sharedsystems.eu-supply.com/app/rfq/edittransaction.asp?TID=13778"
            },
            "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"
}