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