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
Matthew.e.Griffiths@llwrsite.com
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
01002607
Internet address(es)
Main address
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
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
Calderbridge
CA20 1DB
Country
United Kingdom