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

Repository Development (RD) Southern Trench Cap Interim Membrane Replacement (STIM) Project

  • First published: 12 September 2023
  • Last modified: 12 September 2023
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-03979d
Published by:
LLW Repository Ltd trading as Nuclear Waste Services
Authority ID:
AA83374
Publication date:
12 September 2023
Deadline date:
23 October 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
45000000 Construction work Construction and Real Estate
45222000 Construction work for engineering works except bridges, tunnels, shafts and subways Engineering works and construction works
45112600 Cut and fill Excavating and earthmoving work
45112500 Earthmoving work Excavating and earthmoving work
45220000 Engineering works and construction works Works for complete or part construction and civil engineering work
45112000 Excavating and earthmoving work Building demolition and wrecking work and earthmoving work
45500000 Hire of construction and civil engineering machinery and equipment with operator Construction work
45112300 Infill and land-reclamation work Excavating and earthmoving work
45112310 Infill work Excavating and earthmoving work
45112360 Land rehabilitation work Excavating and earthmoving work
44900000 Stone for construction, limestone, gypsum and slate Construction structures and materials; auxiliary products to construction (except electric apparatus
45200000 Works for complete or part construction and civil engineering work Construction work

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:
Charlene.Bainbridge@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.