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