Awarded contract

Environmental Planning for Nuclear Decommissioning at Hartlepool, Heysham 1 and Dungeness B Power Stations

  • E D F Energy

F03: Contract award notice

Notice reference: 2022/S 000-009621

Published 11 April 2022, 2:34pm



Section one: Contracting authority

one.1) Name and addresses

E D F Energy

Barnett Way, Barnwood

GLOUCESTER

GL43RS

Contact

Matthew Dally

Email

matthew.dally@edf-energy.com

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.edfenergy.com

one.4) Type of the contracting authority

Other type

Private company subsidised by the Nuclear Liabilities Fund (NLF) - see VI.3

one.5) Main activity

Other activity

Nuclear Decommissioning


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Environmental Planning for Nuclear Decommissioning at Hartlepool, Heysham 1 and Dungeness B Power Stations

Reference number

PCR1/2021/MD

two.1.2) Main CPV code

  • 90712000 - Environmental planning

two.1.3) Type of contract

Services

two.1.4) Short description

The provision of professional services to prepare and submit Environmental Impact Assessment for Decommissioning Regulations (EIADR) and Town and Country Planning Act (TCPA) planning applications, as well as other supporting assessments and documents, for the new waste management facilities at Heysham 1 Power Station, Hartlepool Power Station and Dungeness B Power Station. A summary of the key scope elements requirements of this Service is comprised of the following key elements set out below:

1. Planning

2. Consultation and Engagement

3. Environmental Impact Assessment (EIA)

4. Marine Licence Applications

two.1.6) Information about lots

This contract is divided into lots: Yes

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

Lowest offer: £3,523,710.84 / Highest offer: £4,129,626.65 taken into consideration

two.2) Description

two.2.1) Title

Environmental Planning for Nuclear Decommissioning at Heysham 1 Power Station

Lot No

1

two.2.2) Additional CPV code(s)

  • 71313440 - Environmental Impact Assessment (EIA) services for construction
  • 79416200 - Public relations consultancy services
  • 90711400 - Environmental Impact Assessment (EIA) services other than for construction

two.2.3) Place of performance

NUTS codes
  • UKD4 - Lancashire

two.2.4) Description of the procurement

The provision of professional services to prepare and submit planning applications, as well as other supporting assessments and documents, for the new waste management facilities at Heysham 1 Power Station. The scope of professional services also includes the preparation of an environmental statement for the decommissioning project under the Environmental Impact Assessment for Decommissioning Regulations (EIADR). A summary of the key scope elements requirements of this Service is comprised of the following key elements set out below:

Planning: Planning permission is required from each relevant Local Planning Authority (LPA) under the TCPA to enable the construction and commission of each of the three waste management facilities. As part of this, planning advice on the scope of civil works, preparation of the planning application (including the planning statement and design and access statements), support during the application determination and post determination in discharging planning conditions will be required.

Consultation and Engagement: Support is required in consultation and event management to support both TCPA and EIADR applications, including preparing consultation material, online and virtual engagement platforms, and data management in accordance with the General Data Protection Regulation requirements. The preparation of Consultation Plans and Consultation Reports is also required.

Environmental Impact Assessment (EIA): The potential environmental impacts of the decommissioning work has to be assessed through the EIA process, with appropriate Environmental Statements (ES) being submitted with each application for permission, as required by the TCPA EIA Regulations and the EIADR.

Marine Licence Applications: Some civil works associated with the waste management facilities and decommissioning works in the marine environment may also require a Marine Licence under the Marine and Coastal Access Act.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70%

Cost criterion - Name: Commercial / Weighting: 30%

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Environmental Planning for Nuclear Decommissioning at Hartlepool Power Stations

Lot No

2

two.2.2) Additional CPV code(s)

  • 71313440 - Environmental Impact Assessment (EIA) services for construction
  • 79416200 - Public relations consultancy services
  • 90711400 - Environmental Impact Assessment (EIA) services other than for construction

two.2.3) Place of performance

NUTS codes
  • UKC11 - Hartlepool and Stockton-on-Tees

two.2.4) Description of the procurement

The provision of professional services to prepare and submit planning applications, as well as other supporting assessments and documents, for the new waste management facilities at Hartlepool Power Station. The scope of professional services also includes the preparation of an environmental statement for the decommissioning project under the Environmental Impact Assessment for Decommissioning Regulations (EIADR). A summary of the key scope elements requirements of this Service is comprised of the following key elements set out below:

Planning: Planning permission is required from each relevant Local Planning Authority (LPA) under the TCPA to enable the construction and commission of each of the three waste management facilities. As part of this, planning advice on the scope of civil works, preparation of the planning application (including the planning statement and design and access statements), support during the application determination and post determination in discharging planning conditions will be required.

Consultation and Engagement: Support is required in consultation and event management to support both TCPA and EIADR applications, including preparing consultation material, online and virtual engagement platforms, and data management in accordance with the General Data Protection Regulation requirements. The preparation of Consultation Plans and Consultation Reports is also required.

Environmental Impact Assessment (EIA): The potential environmental impacts of the decommissioning work has to be assessed through the EIA process, with appropriate Environmental Statements (ES) being submitted with each application for permission, as required by the TCPA EIA Regulations and the EIADR.

Marine Licence Applications: Some civil works associated with the waste management facilities and decommissioning works in the marine environment may also require a Marine Licence under the Marine and Coastal Access Act.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70%

Cost criterion - Name: Commercial / Weighting: 30%

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Environmental Planning for Nuclear Decommissioning at Dungeness B Power Station

Lot No

3

two.2.2) Additional CPV code(s)

  • 71313440 - Environmental Impact Assessment (EIA) services for construction
  • 79416200 - Public relations consultancy services
  • 90711400 - Environmental Impact Assessment (EIA) services other than for construction

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

The provision of professional services to prepare and submit planning applications, as well as other supporting assessments and documents, for the new waste management facilities at Dungeness B Power Station. The scope of professional services also includes the preparation of an environmental statement for the decommissioning project under the Environmental Impact Assessment for Decommissioning Regulations (EIADR). A summary of the key scope elements requirements of this Service is comprised of the following key elements set out below:

Planning: Planning permission is required from each relevant Local Planning Authority (LPA) under the TCPA to enable the construction and commission of each of the three waste management facilities. As part of this, planning advice on the scope of civil works, preparation of the planning application (including the planning statement and design and access statements), support during the application determination and post determination in discharging planning conditions will be required.

Consultation and Engagement: Support is required in consultation and event management to support both TCPA and EIADR applications, including preparing consultation material, online and virtual engagement platforms, and data management in accordance with the General Data Protection Regulation requirements. The preparation of Consultation Plans and Consultation Reports is also required.

Environmental Impact Assessment (EIA): The potential environmental impacts of the decommissioning work has to be assessed through the EIA process, with appropriate Environmental Statements (ES) being submitted with each application for permission, as required by the TCPA EIA Regulations and the EIADR.

Marine Licence Applications: Some civil works associated with the waste management facilities and decommissioning works in the marine environment may also require a Marine Licence under the Marine and Coastal Access Act.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70%

Cost criterion - Name: Commercial / Weighting: 30%

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-020757


Section five. Award of contract

Lot No

1

Title

Environmental Planning for Nuclear Decommissioning at Heysham 1 Power Station

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 March 2022

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received by electronic means: 5

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

five.2.3) Name and address of the contractor

AECOM Limited

London

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)

Lowest offer: £1,249,658.78 / Highest offer: £1,483,181.61 taken into consideration


Section five. Award of contract

Lot No

2

Title

Environmental Planning for Nuclear Decommissioning at Hartlepool Power Station

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 March 2022

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received by electronic means: 5

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

five.2.3) Name and address of the contractor

AECOM Limited

London

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)

Lowest offer: £1,199,756.45 / Highest offer: £1,462,639.71 taken into consideration


Section five. Award of contract

Lot No

3

Title

Environmental Planning for Nuclear Decommissioning at Dungeness B Power Station

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 March 2022

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received by electronic means: 5

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

five.2.3) Name and address of the contractor

AECOM Limited

London

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)

Lowest offer: £1,074,295.61 / Highest offer: £1,241,395 taken into consideration


Section six. Complementary information

six.3) Additional information

This procurement relates to a subsidised contract under Regulation 13 of the PCR and has therefore been carried out in accordance with Part 2 of the PCR.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

http://www.justice.gov.uk