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 Site Works Framework

  • First published: 01 September 2024
  • Last modified: 01 September 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-0495c9
Published by:
Nuclear Waste Services Limited
Authority ID:
AA85496
Publication date:
01 September 2024
Deadline date:
01 November 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Integrated Site Works Framework (ISWF)seeks to undertake work which supports the delivery of ongoing site works, asset refurbishment and projects relating to general infrastructure and operations – removal of existing assets and replacing with new to facilitate future missions of the Low Level Repository LLWR) Site in Drigg, Cumbria.

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 Site Works Framework

Reference number: C13254

II.1.2) Main CPV code

45200000

 

II.1.3) Type of contract

Works

II.1.4) Short description

The Integrated Site Works Framework (ISWF)seeks to undertake work which supports the delivery of ongoing site works, asset refurbishment and projects relating to general infrastructure and operations – removal of existing assets and replacing with new to facilitate future missions of the Low Level Repository LLWR) Site in Drigg, Cumbria.

II.1.5) Estimated total value

Value excluding VAT: 46 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKD1


Main site or place of performance:

Low Level Waste Repository Site, Old Shore Road, Holmrook CA19 1XP

II.2.4) Description of the procurement

The Integrated Site Works Framework (ISWF)seeks to undertake work which supports the delivery of ongoing site works, asset refurbishment and projects relating to general infrastructure and operations – removal of existing assets and replacing with new to facilitate future missions of the Low Level Repository LLWR) Site in Drigg, Cumbria.<br/><br/>The ISWF will serve as a multidisciplinary vehicle for the NWS organisation to carry out works and services at the Repository site. These activities will be managed through Project Orders, which are awarded as call-offs from the Framework. The essential capabilities required through this framework include:<br/><br/>- Civil engineering works<br/><br/>- Mechanical engineering design and installation works<br/><br/>- Electrical engineering design and installation works<br/><br/>- Demolition and remediation works<br/><br/>- Other including prelims/management, allowance for emergent tasks etc.<br/><br/>During the framework the scopes of work will be developed through the following activities:<br/><br/>- Condition surveys or routine inspections that result in work above and beyond standard maintenance<br/><br/>- System Health reports and associated checks<br/><br/>- Asset management lifecycle plans.<br/><br/>The known Site Works Scope includes the following scope:<br/>- Leachate Management System<br/>- Electrical Distribution<br/>- Radiometric Systems<br/>- Grouting Facility<br/>- Mechanical and Statutory Systems<br/>- Civil Services<br/>- Alarm and Communications Systems<br/>- Transport Fleet (on site)<br/>- Environmental Systems<br/>- Security Systems<br/>- Water Supplies<br/>- Electrical Supplies<br/>- Site Remediation & Legacy Structures<br/>- Site Baseline Configuration<br/><br/>To facilitate delivery of site works for the scope, the following capabilities are being sought from the supply-chain through this framework:<br/><br/>- Multidiscipline site works delivery encompassing Site Works, mechanical and CE&I installations, testing and commissioning.<br/><br/>- Production of single discipline and / or low complexity detailed design outputs and solutions for self-delivery (design and build) or subcontract delivery via supply-chain.<br/><br/>- Demolition and land remediation capability, including access to specialist services via supply-chain network for example, environmental / contamination analysis, waste management<br/><br/>- Capability for handling and removal of asbestos, and ground contaminants associated with Royal Ordnance Factory legacy products.<br/><br/>Tendered in line with the Open Procedure (inclusive of pass/fail supplier questionnaires)<br/><br/>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 C13254 [IntegratedSite Works Framework (ISWF)] which is listed within the ‘Find Opportunities’ area on the portal.

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: 46 000 000.00  GBP

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

Duration in months: 48

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 C13254 (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: In line with PCR 2015

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: 01/11/2024

Local time: 12:00

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: 04/11/2024

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

27/08/2024

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate
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:
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.