Contract

Expert Support & Alternative Treatment Solutions - SQE Support and Expert Support

  • CTM Portal for the NDA Shared Services Alliance

F03: Contract award notice

Notice identifier: 2022/S 000-007244

Procurement identifier (OCID): ocds-h6vhtk-02ac78

Published 16 March 2022, 5:27pm



Section one: Contracting authority

one.1) Name and addresses

CTM Portal for the NDA Shared Services Alliance

Calder Bridge

Seascale

CA20 1PG

Contact

Matthew Griffiths

Email

Matthew.e.Griffiths@llwrsite.com

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

01002607

Internet address(es)

Main address

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

Buyer's address

https://sharedsystems.eu-supply.com/ctm/Company/CompanyInformation/Index/3510

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Expert Support & Alternative Treatment Solutions - SQE Support and Expert Support

Reference number

LLWRP2122-ja11130

two.1.2) Main CPV code

  • 90520000 - Radioactive-, toxic-, medical- and hazardous waste services

two.1.3) Type of contract

Services

two.1.4) Short description

These services were originally Lots 1 & 3 of the procurement for the Expert Support & Alternative Treatment Solutions Framework (TED Reference: 2020/S 133-328094, CTM Reference: rft12133), and were removed from that procurement in order to maintain its integrity when required amendments were identified to these Lots. These Lots will be let with end dates to bring them in line with Lots 2 & 4 (see section 1.4), with the option for LLWR to extend the end date for a further nine months. A summary of the changes made to the Lots is: • Lot 1 requires additional support to verification and validation of on-going work, work packs and records, compliance audit and assurance support; • Lot 3 requires waste assurance, compliance and auditing support. Further detail is provided in the individual scopes of work, and any additional requirements relating to pricing are reflected in Appendix 10 to this ITT.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £10,000,000

two.2) Description

two.2.1) Title

SQE Support

Lot No

1

two.2.2) Additional CPV code(s)

  • 90520000 - Radioactive-, toxic-, medical- and hazardous waste services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

These services were originally Lots 1 & 3 of the procurement for the Expert Support & Alternative Treatment Solutions Framework (TED Reference: 2020/S 133-328094, CTM Reference: rft12133), and were removed from that procurement in order to maintain its integrity when required amendments were identified to these Lots. These Lots will be let with end dates to bring them in line with Lots 2 & 4 (see section 1.4), with the option for LLWR to extend the end date for a further nine months. A summary of the changes made to the Lots is: • Lot 1 requires additional support to verification and validation of on-going work, work packs and records, compliance audit and assurance support; • Lot 3 requires waste assurance, compliance and auditing support. Further detail is provided in the individual scopes of work, and any additional requirements relating to pricing are reflected in Appendix 10 to this ITT.

two.2.5) Award criteria

Quality criterion - Name: Delivery Approach / Weighting: 25

Quality criterion - Name: Management & Business Processes / Weighting: 18

Quality criterion - Name: Organisational Resilience / Weighting: 22

Cost criterion - Name: Rates / Weighting: 20

Cost criterion - Name: Fee Percentage / Weighting: 5

Cost criterion - Name: Social Value / Weighting: 10

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) Description

two.2.1) Title

Expert Support

Lot No

3

two.2.2) Additional CPV code(s)

  • 90520000 - Radioactive-, toxic-, medical- and hazardous waste services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

These services were originally Lots 1 & 3 of the procurement for the Expert Support & Alternative Treatment Solutions Framework (TED Reference: 2020/S 133-328094, CTM Reference: rft12133), and were removed from that procurement in order to maintain its integrity when required amendments were identified to these Lots. These Lots will be let with end dates to bring them in line with Lots 2 & 4 (see section 1.4), with the option for LLWR to extend the end date for a further nine months. A summary of the changes made to the Lots is: • Lot 1 requires additional support to verification and validation of on-going work, work packs and records, compliance audit and assurance support; • Lot 3 requires waste assurance, compliance and auditing support. Further detail is provided in the individual scopes of work, and any additional requirements relating to pricing are reflected in Appendix 10 to this ITT.

two.2.5) Award criteria

Quality criterion - Name: Service Proposal / Weighting: 35

Quality criterion - Name: Managing & Improving Delivery / Weighting: 30

Cost criterion - Name: Rates / Weighting: 20

Cost criterion - Name: Fee Percentage / Weighting: 5

Cost criterion - Name: Social Value / Weighting: 10

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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: 2021/S 000-009479


Section five. Award of contract

Lot No

1

Title

Expert Support & Alternative Treatment Solutions

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

20 December 2021

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Responsive Ltd

Unit 3a Lillyhall Industrial Estate, Hallwood Road

Workington

CA14 4JR

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £1,500,000


Section five. Award of contract

Lot No

3

Title

Expert Support & Alternative Treatment Solutions

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

25 January 2022

five.2.2) Information about tenders

Number of tenders received: 10

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Atkins Ltd

Woodcote Grove, Ashley Road, Epsom,

Surrey

KT185BW

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £8,500,000


Section five. Award of contract

Lot No

3

Title

Expert Support & Alternative Treatment Solutions

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

27 January 2022

five.2.2) Information about tenders

Number of tenders received: 10

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Cavendish Nuclear Ltd

33 Wigmore Street

London

W1U 1QX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £8,500,000


Section five. Award of contract

Lot No

3

Title

Expert Support & Alternative Treatment Solutions

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

20 January 2022

five.2.2) Information about tenders

Number of tenders received: 10

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

DBD Ltd

401 Faraday Street, Birchwood Park

Warrington

WA3 6GA

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £8,500,000


Section five. Award of contract

Lot No

3

Title

Expert Support & Alternative Treatment Solutions

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

11 March 2022

five.2.2) Information about tenders

Number of tenders received: 10

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Jacobs UK Ltd

Cottons Centre, Cottons Lane

London

SE1 2QG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £8,500,000


Section five. Award of contract

Lot No

3

Title

Expert Support & Alternative Treatment Solutions

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

27 January 2022

five.2.2) Information about tenders

Number of tenders received: 10

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Mott MacDonald

Mott Macdonald House, 8-10 Sydenham Road, Croydon

Surrey

CR0 2EE

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £8,500,000


Section five. Award of contract

Lot No

3

Title

Expert Support & Alternative Treatment Solutions

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

13 January 2022

five.2.2) Information about tenders

Number of tenders received: 10

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

NSG Environmental Ltd

Ackhurst Road

Chorley

PR7 1NH

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £8,500,000


Section five. Award of contract

Lot No

3

Title

Expert Support & Alternative Treatment Solutions

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

14 February 2022

five.2.2) Information about tenders

Number of tenders received: 10

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Nuvia Ltd

Chadwick House, Birchwood Park

Risley

WA3 6AE

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £8,500,000


Section five. Award of contract

Lot No

3

Title

Expert Support & Alternative Treatment Solutions

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

13 January 2022

five.2.2) Information about tenders

Number of tenders received: 10

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Shepley Engineers Ltd

3175 Century Way, Thorpe Park

Leeds

LS15 8ZB

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

02926871

The contractor is an SME

No

five.2.3) Name and address of the contractor

REACT Engineering Ltd

Phoenix Court, Earl Street

Cleator Moor

CA25 5AU

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £8,500,000


Section six. Complementary information

six.3) Additional information

Public sector bodies that fall into one or more of the following categories may utilise the Framework via a Waste Services Contract with LLWR:

1. Any of the following and their future successors:

(a) Ministerial government departments;

(b) Non-ministerial government departments;

(c) Executive agencies of government;

(d) Non-Departmental Public Bodies (NDPBs), including advisory NDPBs, executive NDPBs, and tribunal NDPBs;

(e) Assembly Sponsored Public Bodies (ASPBs);

(f) Police forces;

(g) Fire and rescue services;

(h) Ambulance services;

(i) Maritime and coastguard agency services;

(j) NHS bodies;

(k) Educational bodies or establishments including state schools (nursery schools, primary schools, middle or high schools, secondary schools, special schools), academies, colleges, Pupil Referral Unit (PRU), further education colleges and universities;

(l) Hospices;

(m) National Parks;

(n) Housing associations, including registered social landlords;

(o) Third sector and charities;

(p) Citizens advice bodies;

(q) Councils, including county councils, district councils, county borough councils, community councils, London borough councils, unitary councils, metropolitan councils, parish councils;

(r) Public corporations;

(s) Public financial bodies or institutions;

(t) Public pension funds;

(u) Central banks; and

(v) Civil service bodies, including public sector buying organisations.

2. Those listed and maintained by the Government on their website at https://www.gov.uk/government/organisations or any replacement or updated web-link.

3. Those listed and maintained by the Office of National Statistics (ONS) at https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide or any replacement or updated web-link.

4. Those bodies in England, Wales or Northern Ireland which are within the scope of the definition of “Contracting Authority” in regulation 2(1) of the Public Contracts Regulations 2015 (PCR) and/or Schedule 1 PCR.

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

Calderbridge

CA20 1DB

Country

United Kingdom