Section one: Contracting authority
one.1) Name and addresses
LLW Repository Ltd
Pelham House
Calderbridge
CA20 1DB
Contact
James Allen
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
National registration number
5608448
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13201&B=SELLAFIELD
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13201&B=SELLAFIELD
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Nuclear Decommissioning
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
LLWR ESC Support Framework
Reference number
LLWRP12822
two.1.2) Main CPV code
- 90713000 - Environmental issues consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
A regulatory necessity for LLW Repository Ltd (LLWR) is to maintain the capacity and capability to support the implementation and ongoing development of the Environmental Safety Case (ESC).
The objective of LLWR’s ESC is to demonstrate to the Environment Agency (EA) and other stakeholders that it is safe to continue to dispose of waste at the Repository.
LLWR is required by the EA to maintain a “live” ESC. This requirement covers both the implementation of the current safety case on site and also the capability to develop and produce major revisions to the current safety case.
LLWR’s ESC Team is supported by a number of contractors via the current multiple lot ESC Framework Agreement, which enables access to technical experts with the specialist knowledge to support the development of the safety case. A competitive tender is required to ensure continued access to specialist ESC resources.
A detailed description of the Scope is set out in Appendix 4.
two.1.5) Estimated total value
Value excluding VAT: £27,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 2 only
Lot 3 only
Lots 2 & 3
Lot 4 only
Note: Tenders that submit a Tender for Lot 4 should not also submit a Tender for Lots 2 or 3.
two.2) Description
two.2.1) Title
ESC Technical Support
Lot No
2
two.2.2) Additional CPV code(s)
- 90710000 - Environmental management
- 90711000 - Environmental impact assessment other than for construction
- 90714000 - Environmental auditing
- 90713000 - Environmental issues consultancy services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
Main site or place of performance
UK
two.2.4) Description of the procurement
The scope of work under this lot involves the provision of support to the ESC team in undertaking the technical activities identified below. Emerging requirements may be identified, which will be in line with the types of activities set out.
A Consultant and its people awarded work under the framework agreement will be expected to work closely, constructively and collaboratively with the ESC team and possibly other members of LLWR’s people in achieving the objectives of the work specified and agreed. Consultants must be committed to this style of working.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £18,750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
This lot will result in a 4-year multi-supplier framework
two.2) Description
two.2.1) Title
Hydrogeological and Geological Support
Lot No
3
two.2.2) Additional CPV code(s)
- 90711000 - Environmental impact assessment other than for construction
- 90714000 - Environmental auditing
- 90710000 - Environmental management
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
Main site or place of performance
UK
two.2.4) Description of the procurement
Providing support in the maintenance, development and application of the LLWR's understanding of the site's geology and hydrogeology. This includes software models of the site's geology and hydrogeology. It is anticipated that much of the work undertaken will be in support of the detailed understanding of the LLWR site's geology and hydrogeology that underpins both the conceptual and assessment models. Some aspects of the work may be focussed on supporting the detailed design and construction of the site's closure engineering and future vaults. The work scope may include geological recording of borehole construction and excavations made on the LLWR site. The selected contractor will need to provide staff with the necessary qualifications, experience and expertise, and also availability to support programmes of work on the LLWR site, which is a nuclear licensed site.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
This lot will result in a 4-year single-supplier framework
two.2) Description
two.2.1) Title
Peer Review
Lot No
4
two.2.2) Additional CPV code(s)
- 90714000 - Environmental auditing
- 90711000 - Environmental impact assessment other than for construction
- 90710000 - Environmental management
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
Main site or place of performance
UK
two.2.4) Description of the procurement
For a contractor to provide a group of experts, the Peer Review Group (PRG), with the necessary technical experience and expertise, and professional standing, to provide independent peer review of work relevant to the LLWR's ESC. It is noted that an important aspect of the work of the ESC will be supporting the detailed design and implementation of the closure engineering and future vaults. Potential contractors will need to propose an appropriate group of experts and have the necessary commitments from the experts or their employing organisations in place. Reports summarising the work of the independent peer review group will need to be produced, as well as reviews of documents, meetings, etc.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
This lot will result in a 5-year single-supplier contract
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 170-412548
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 February 2021
Local time
4:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
15 February 2021
Local time
4:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand
London
London
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand
London
London
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
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 requirements 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. In accordance with the Public Contracts Regulations 2015, the Contracting Authority will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.
six.4.4) Service from which information about the review procedure may be obtained
LLW Repository Ltd
Pelham House
Calderbridge
CA20 1DB
Country
United Kingdom