Section one: Contracting authority
one.1) Name and addresses
EDF Energy Nuclear Generation Limited ("EDF")
Barnett Way, Barnwood
GLOUCESTER
GL43RS
Contact
Matthew Dally
contactus.procurement@edf-energy.com
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://pha.edf.com/page.aspx/en/usr/login
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://pha.edf.com/page.aspx/en/usr/login
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://pha.edf.com/page.aspx/en/usr/login
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 Station
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
EDF wishes to procure 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. Furthermore, the scope of professional services also includes the preparation of an environmental statement for the decommissioning project under EIADR. 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
This procurement is a competitive two-stage process to be conducted in accordance with the Restricted Procedure. Further details are provided in the procurement documents which are available upon registering an interest in this opportunity via Ivalua.
two.1.5) Estimated total value
Value excluding VAT: £4,200,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
There is no limit on the number of lots a tenderer may bid for and be awarded if successful.
At all stages throughout the procurement process tenderers will be required to demonstrate their capability and capacity for delivering the number of Lots they are bidding for and the response will be assessed accordingly. Where tenderers are bidding for multiple lots but cannot demonstrate the capacity/ capability to deliver multiple Lots in its tender response, EDF reserves the right to award Contracts to more than one Tenderer.
In accordance with Regulation 46(6) of the Public Contracts Regulations 2015 (PCR), EDF reserves the right to award contracts combining several lots where multiple lots are awarded to the same tenderer. For the avoidance of doubt, any of the lots awarded to the same tenderer may be combined. Alternatively EDF may decide to award separate contracts to the same tenderer if successful across multiple lots.
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
Main site or place of performance
Heysham 1 Power Station
Morecambe
Lancashire
LA3 2XH
two.2.4) Description of the procurement
EDF wishes to procure the provision of professional services to prepare and submit planning and EIADR applications, as well as other supporting assessments and documents, for the new waste management facilities at Heysham 1 Power Station.
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.
Further details are provided in the Invitation to Tender documents which are available upon registering an interest in this opportunity via Ivalua
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: £1,400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Environmental Planning for Nuclear Decommissioning at Hartlepool Power Station
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
Main site or place of performance
Hartlepool Power Station
Tees Road
Hartlepool
TS25 2BZ
two.2.4) Description of the procurement
EDF wishes to procure the provision of professional services to prepare and submit planning and EIADR applications, as well as other supporting assessments and documents, for the new waste management facilities at Hartlepool Power Station.
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.
Further details are provided in the Invitation to Tender documents which are available upon registering an interest in this opportunity via Ivalua
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: £1,400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents
two.2.10) Information about variants
Variants will be accepted: No
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
Main site or place of performance
Dungeness B Power Station
Romney Marsh
Kent
TN29 9PX
two.2.4) Description of the procurement
EDF wishes to procure the provision of professional services to prepare and submit planning and EIADR applications, as well as other supporting assessments and documents, for the new waste management facilities at 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:
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.
Further details are provided in the Invitation to Tender documents which are available upon registering an interest in this opportunity via Ivalua
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: £1,400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Conditions for participation and selection criteria as set out in the procurement documents
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
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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.2.2) Time limit for receipt of tenders or requests to participate
Date
23 September 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
25 October 2021
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: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Tenderers must register on Ivalua in order to access the procurement documents using the link https://pha.edf.com/page.aspx/en/usr/login.
When you have registered please access 'Public RFx' and search for 'RFx_101060'.
Prior to any procurement documents being accessible to tenderers, they will need to review, understand and agree to the confidentiality agreement as part of the Ivalua registration process. If a tenderer is unable to accept the confidentiality agreement, they will automatically be excluded from the procurement process.
A supply chain briefing event is to be held on 1 September 2021. The call will be held on Zoom. Instructions for joining this call are included within the procurement documents which will be available on registration to the Ivalua system and acceptance to the confidentiality agreement as part of the Ivalua registration process.
This procurement relates to a subsidised contract under Regulation 13 of the PCR and will therefore be carried out in accordance with Part 2 of the PCR.
EDF expressly reserves the right:
- not to award any contract for one or more lots as a result of the procurement process commenced by publication of this notice;
- to make whatever changes it may see fit to the content and structure of the procurement process.
In no circumstances will EDF be liable for any bid costs incurred by tenderers.
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