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
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
six.4.2) Body responsible for mediation procedures
High Court
Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
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