Contract notice
Section I: Contracting
authority
I.1) Name and addresses
LLW Repository Ltd trading as Nuclear Waste Services
5608448
Pelham House
Calder Bridge
CA20 1DB
UK
Contact person: Charlene Bainbridge
E-mail: Charlene.Bainbridge@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 Decommissioning
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Repository Development (RD) Southern Trench Cap Interim Membrane Replacement (STIM) Project
Reference number: C13244
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
LLW Repository Ltd trading as Nuclear Waste Services has a scope of work for the “Southern Trench Cap Interim Membrane (STIM) Replacement Contract”, which forms part of the Repository Development portfolio of work at the LLW Repository facility near Drigg Village in Cumbria, England.<br/><br/>The scope consists of civil engineering works associated with installing an engineered interim trench cap over the Southern Trenches. In summary, the scope is to provide labour, equipment, materials, project management and supervision to complete the work. Work also includes establishment and maintenance of site offices, welfare and all associated temporary works.
II.1.5) Estimated total value
Value excluding VAT:
53 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45200000
45000000
71000000
45112300
44900000
45112000
45112500
45500000
45112360
45220000
45112310
45222000
45200000
45112600
II.2.3) Place of performance
NUTS code:
UKD1
Main site or place of performance:
Old Shore Road, Holmrook, Cumbria, CA19 1XP
II.2.4) Description of the procurement
The scope consists of civil engineering works associated with installing an engineered interim trench cap over the Southern Trenches at LLWR Site near Drigg, Cumbria. <br/><br/>Repository Development is a long-term portfolio of works that will provide disposal capacity and protection of low-level nuclear waste over the next 107 years, or until the end life of the Repository Site. In the shorter term, the portfolio, over the next 15 years, will install closure engineering works for short and long-term environmental protection for wastes currently disposed in Vault 8 and the adjacent trenches. This scope of works has been previously referred to as Repository Development Programme – Tranche 1 Main Civils and has been communicated to the market in early 2022. <br/><br/>The works over the next 15 years have been considered and optimised detailed designs completed. More recently, the delivery strategy for the works has been further developed and subsequently split into projects that deliver a key benefit to the closure of Vault 8 and adjacent trenches. <br/><br/>This procurement is required to enable delivery of the Southern Trench Cap Interim Membrane Replacement Package for Repository Development within the Waste Operations Portfolio. The total estimated value of the 4 year contract is £53m. The key scope elements are summarised in Appendix 3 - LLWR-RDP-T1.ST-SCO-001-STIM Scope.<br/><br/>The Contracting Authority will procure for a Southern Trench Cap Interim Membrane Replacement Contract via the Restricted Procedure. The Contracting Authority will hold a two phase procurement, Selection Questionnaire and Invitation to Tender to appoint a single Contractor.
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:
53 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
13/09/2024
End:
29/02/2028
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 SQ responses via NWS’s Atamis system (https://atamis-2464.my.site.com/s/Welcome), which can be accessed against Record Ref C13244 (RD – Southern Trench Cap Interim Membrane Replacement Project) which is listed within the ‘Find Opportunities’ area on the portal.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-001208
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
23/10/2023
Local time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
23/11/2023
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
Tender must be valid until:
23/10/2024
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
General scope overview: <br/>- Location of existing underground services within working areas, including trial holes / hand excavation to confirm position. The Contractor is responsible for determining what instruments and latest technologies are adopted for locating underground services. <br/>- Vegetation clearance, consisting of scrubland and trees. <br/>- Topsoil strip, material to be re-used in the permanent works, subject to material testing results to specification requirements. <br/>- Any existing tarmac areas to be removed to be Polycyclic Aromatic Hydrocarbon Detection (PAK) tested. <br/>- Installation of control measures (e.g. silt fencing / temporary bunds) to prevent silty construction water run-off from entering existing watercourses and newly excavated drainage. <br/>- Construction temporary traffic management signage, including any necessary temporary works design. Contractor to determine exact type and number of signs to satisfy their Traffic Management Plan. Signs to be surface mounted / movable. <br/>- Temporary fencing and demarcation to segregate construction areas. <br/>- Stockpiles of free issue materials are to be jointly surveyed by the Contractor and the Client and the quantity agreed prior to use. Thereafter, the Contractor is to manage and reconcile the quantities of materials to and from the stockpiles. <br/>- Installation of an Intercepting manhole/chamber between two existing drains on Street 5.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Strand
London
WC2A 2LL
UK
Internet address(es)
URL: https://www.justice.gov.uk
VI.4.2) Body responsible for mediation procedures
High Court
Strand
London
WC2A 2LL
UK
Internet address(es)
URL: https://www.justice.gov.uk
VI.4.3) Review procedure
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 requirement 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.
VI.4.4) Service from which information about the review procedure may be obtained
LLW Repository Ltd trading as Nuclear Waste Services
Pelham House
Calder Bridge
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
11/09/2023