Tender

Repository Development (RD) Southern Trench Cap Interim Membrane Replacement (STIM) Project

  • LLW Repository Ltd trading as Nuclear Waste Services

F02: Contract notice

Notice identifier: 2023/S 000-026818

Procurement identifier (OCID): ocds-h6vhtk-03979d

Published 11 September 2023, 2:24pm



Section one: Contracting authority

one.1) Name and addresses

LLW Repository Ltd trading as Nuclear Waste Services

Pelham House

Calder Bridge

CA20 1DB

Contact

Charlene Bainbridge

Email

Charlene.Bainbridge@nuclearwasteservices.uk

Country

United Kingdom

Region code

UKD1 - Cumbria

National registration number

5608448

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 Decommissioning


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Repository Development (RD) Southern Trench Cap Interim Membrane Replacement (STIM) Project

Reference number

C13244

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

LLW Repository Ltd trading as Nuclear Waste Services has a scope of work for the “Southern Trench Cap Interim Membrane (STIM) Replacement Contract”, which forms part of the Repository Development portfolio of work at the LLW Repository facility near Drigg Village in Cumbria, England.

The scope consists of civil engineering works associated with installing an engineered interim trench cap over the Southern Trenches. In summary, the scope is to provide labour, equipment, materials, project management and supervision to complete the work. Work also includes establishment and maintenance of site offices, welfare and all associated temporary works.

two.1.5) Estimated total value

Value excluding VAT: £53,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 45000000 - Construction work
  • 71000000 - Architectural, construction, engineering and inspection services
  • 45112300 - Infill and land-reclamation work
  • 44900000 - Stone for construction, limestone, gypsum and slate
  • 45112000 - Excavating and earthmoving work
  • 45112500 - Earthmoving work
  • 45500000 - Hire of construction and civil engineering machinery and equipment with operator
  • 45112360 - Land rehabilitation work
  • 45220000 - Engineering works and construction works
  • 45112310 - Infill work
  • 45222000 - Construction work for engineering works except bridges, tunnels, shafts and subways
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45112600 - Cut and fill

two.2.3) Place of performance

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

Old Shore Road, Holmrook, Cumbria, CA19 1XP

two.2.4) Description of the procurement

The scope consists of civil engineering works associated with installing an engineered interim trench cap over the Southern Trenches at LLWR Site near Drigg, Cumbria.

Repository Development is a long-term portfolio of works that will provide disposal capacity and protection of low-level nuclear waste over the next 107 years, or until the end life of the Repository Site. In the shorter term, the portfolio, over the next 15 years, will install closure engineering works for short and long-term environmental protection for wastes currently disposed in Vault 8 and the adjacent trenches. This scope of works has been previously referred to as Repository Development Programme – Tranche 1 Main Civils and has been communicated to the market in early 2022.

The works over the next 15 years have been considered and optimised detailed designs completed. More recently, the delivery strategy for the works has been further developed and subsequently split into projects that deliver a key benefit to the closure of Vault 8 and adjacent trenches.

This procurement is required to enable delivery of the Southern Trench Cap Interim Membrane Replacement Package for Repository Development within the Waste Operations Portfolio. The total estimated value of the 4 year contract is £53m. The key scope elements are summarised in Appendix 3 - LLWR-RDP-T1.ST-SCO-001-STIM Scope.

The Contracting Authority will procure for a Southern Trench Cap Interim Membrane Replacement Contract via the Restricted Procedure. The Contracting Authority will hold a two phase procurement, Selection Questionnaire and Invitation to Tender to appoint a single Contractor.

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: £53,000,000

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

Start date

13 September 2024

End date

29 February 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 SQ responses via NWS’s Atamis system (https://atamis-2464.my.site.com/s/Welcome), which can be accessed against Record Ref C13244 (RD – Southern Trench Cap Interim Membrane Replacement Project) which is listed within the ‘Find Opportunities’ area on the portal.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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


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: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-001208

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

Date

23 October 2023

Local time

5:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

23 November 2023

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

Tender must be valid until: 23 October 2024


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

General scope overview:
- Location of existing underground services within working areas, including trial holes / hand excavation to confirm position. The Contractor is responsible for determining what instruments and latest technologies are adopted for locating underground services.
- Vegetation clearance, consisting of scrubland and trees.
- Topsoil strip, material to be re-used in the permanent works, subject to material testing results to specification requirements.
- Any existing tarmac areas to be removed to be Polycyclic Aromatic Hydrocarbon Detection (PAK) tested.
- Installation of control measures (e.g. silt fencing / temporary bunds) to prevent silty construction water run-off from entering existing watercourses and newly excavated drainage.
- Construction temporary traffic management signage, including any necessary temporary works design. Contractor to determine exact type and number of signs to satisfy their Traffic Management Plan. Signs to be surface mounted / movable.
- Temporary fencing and demarcation to segregate construction areas.
- Stockpiles of free issue materials are to be jointly surveyed by the Contractor and the Client and the quantity agreed prior to use. Thereafter, the Contractor is to manage and reconcile the quantities of materials to and from the stockpiles.
- Installation of an Intercepting manhole/chamber between two existing drains on Street 5.

six.4) Procedures for review

six.4.1) Review body

High Court

Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.justice.gov.uk

six.4.2) Body responsible for mediation procedures

High Court

Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.justice.gov.uk

six.4.3) Review procedure

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 requirement 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.

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

LLW Repository Ltd trading as Nuclear Waste Services

Pelham House

Calder Bridge

CA20 1DB

Country

United Kingdom

Internet address

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