Opportunity

LLWR ESC Support Framework

  • LLW Repository Ltd

F02: Contract notice

Notice reference: 2021/S 000-000704

Published 13 January 2021, 5:10pm



Section one: Contracting authority

one.1) Name and addresses

LLW Repository Ltd

Pelham House

Calderbridge

CA20 1DB

Contact

James Allen

Email

James.allen@llwrsite.com

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

National registration number

5608448

Internet address(es)

Main address

https://www.gov.uk/government/case-studies/shared-services-alliance-ssa-for-nuclear-decommissioning-estate

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

http://www.justice.gov.uk

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

London

London

Country

United Kingdom

Internet address

http://www.justice.gov.uk

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