Tender

Integrated Design and Engineering Framework

  • Nuclear Waste Services Limited

F02: Contract notice

Notice identifier: 2024/S 000-016809

Procurement identifier (OCID): ocds-h6vhtk-046c38

Published 29 May 2024, 4:25pm



Section one: Contracting authority

one.1) Name and addresses

Nuclear Waste Services Limited

Pelham House, Pelham Drive,

Calderbridge, Seascale

CA20 1DB

Contact

David Palmer

Email

david.x.palmer@nuclearwasteservices.uk

Country

United Kingdom

Region code

UKD1 - Cumbria

National registration number

05608448

Internet address(es)

Main address

https://www.gov.uk/government/organisations/nuclear-waste-services/about

Buyer's address

https://www.gov.uk/government/organisations/nuclear-waste-services/about

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://atamis-2464.my.site.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://atamis-2464.my.site.com/s/Welcome

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 Decomissioning


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Integrated Design and Engineering Framework

Reference number

C14135

two.1.2) Main CPV code

  • 71300000 - Engineering services

two.1.3) Type of contract

Services

two.1.4) Short description

The Integrated Design and Engineering Framework agreement seeks to provide NWS with a multidisciplinary
vehicle to undertake design for works at the Repository Site and where required, resource enhancements
directly into NWS, in client design management roles. Activities will be managed through Project Orders
awarded as a call-off from the Framework

two.1.5) Estimated total value

Value excluding VAT: £14,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria
Main site or place of performance

Pelham Drive, Calderbridge, Cumbria, CA20 1DB

two.2.4) Description of the procurement

The scope of the IDEF is to undertake design and engineering work supporting:

• Design works associated with asset refurbishment and projects relating to general infrastructure and
operations including demolition / remediation activities.

• The design activities for future waste receipt, management and disposal facilities at the Repository
Site, including the design of future vaults and update of the leachate management system strategy

Tendered in line with the Open Procedure (inclusive of pass/fail supplier questionnaires)

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: £14,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

18 November 2024

End date

18 November 2028

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

Organisations are invited to submit their ITT responses via NWS’s Atamis system (
https://atamis-2464.my.site.com/s/Welcome
), which can be accessed against Record Ref C14135 (Integrated Design & Engineering Framework) which is listed within the ‘Find Opportunities’ area on the portal.


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

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

4 Year Framework

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.2.2) Time limit for receipt of tenders or requests to participate

Date

10 July 2024

Local time

5:00pm

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: 12 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

11 July 2024

Local time

9:00am

Place

Remote

Information about authorised persons and opening procedure

eSourcing Atamis tool


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Royal Courts Of Justice

Strand

London

WC2A 2LL

Email

RCJ.DCO@justice.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice

six.4.2) Body responsible for mediation procedures

Royal Courts Of Justice

Strand

London

WC2A 2LL

Email

RCJ.DCO@justice.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice

six.4.4) Service from which information about the review procedure may be obtained

Nuclear Waste Services Limited

Pelham House, Pelham Drive,

Calderbridge, Seascale

CA20 1DB

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/nuclear-waste-services/about