Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Integrated Design and Engineering Framework

  • First published: 30 May 2024
  • Last modified: 30 May 2024
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-046c38
Published by:
Nuclear Waste Services Limited
Authority ID:
AA85496
Publication date:
30 May 2024
Deadline date:
10 July 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Integrated Design and Engineering Framework agreement seeks to provide NWS with a multidisciplinary <br/>vehicle to undertake design for works at the Repository Site and where required, resource enhancements <br/>directly into NWS, in client design management roles. Activities will be managed through Project Orders <br/>awarded as a call-off from the Framework

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Nuclear Waste Services Limited

05608448

Pelham House, Pelham Drive,

Calderbridge, Seascale

CA20 1DB

UK

Contact person: David Palmer

E-mail: david.x.palmer@nuclearwasteservices.uk

NUTS: UKD1

Internet address(es)

Main address: https://www.gov.uk/government/organisations/nuclear-waste-services/about

Address of the buyer profile: https://www.gov.uk/government/organisations/nuclear-waste-services/about

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://atamis-2464.my.site.com/s/Welcome


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://atamis-2464.my.site.com/s/Welcome


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Nuclear Decomissioning

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Integrated Design and Engineering Framework

Reference number: C14135

II.1.2) Main CPV code

71300000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Integrated Design and Engineering Framework agreement seeks to provide NWS with a multidisciplinary <br/>vehicle to undertake design for works at the Repository Site and where required, resource enhancements <br/>directly into NWS, in client design management roles. Activities will be managed through Project Orders <br/>awarded as a call-off from the Framework

II.1.5) Estimated total value

Value excluding VAT: 14 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKD1


Main site or place of performance:

Pelham Drive, Calderbridge, Cumbria, CA20 1DB

II.2.4) Description of the procurement

The scope of the IDEF is to undertake design and engineering work supporting:<br/><br/>• Design works associated with asset refurbishment and projects relating to general infrastructure and <br/>operations including demolition / remediation activities.<br/><br/>• The design activities for future waste receipt, management and disposal facilities at the Repository<br/>Site, including the design of future vaults and update of the leachate management system strategy<br/><br/>Tendered in line with the Open Procedure (inclusive of pass/fail supplier questionnaires)

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: 14 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 18/11/2024

End: 18/11/2028

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

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

Organisations are invited to submit their ITT responses via NWS’s Atamis system (<br/>https://atamis-2464.my.site.com/s/Welcome<br/>), which can be accessed against Record Ref C14135 (Integrated Design & Engineering Framework) which is listed within the ‘Find Opportunities’ area on the portal.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with a single operator.

Justification for any framework agreement duration exceeding 4 years: 4 Year Framework

IV.1.8) Information about 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: 10/07/2024

Local time: 17:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 11/07/2024

Local time: 09:00

Place:

Remote

Information about authorised persons and opening procedure:

eSourcing Atamis tool

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts Of Justice

Strand

London

WC2A 2LL

UK

E-mail: RCJ.DCO@justice.gov.uk

Internet address(es)

URL: https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice

VI.4.2) Body responsible for mediation procedures

Royal Courts Of Justice

Strand

London

WC2A 2LL

UK

E-mail: RCJ.DCO@justice.gov.uk

Internet address(es)

URL: https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice

VI.4.4) Service from which information about the review procedure may be obtained

Nuclear Waste Services Limited

Pelham House, Pelham Drive,

Calderbridge, Seascale

CA20 1DB

UK

Internet address(es)

URL: https://www.gov.uk/government/organisations/nuclear-waste-services/about

VI.5) Date of dispatch of this notice

29/05/2024

Coding

Commodity categories

ID Title Parent category
71300000 Engineering services Architectural, construction, engineering and inspection services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
david.x.palmer@nuclearwasteservices.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.