Section one: Contracting authority
one.1) Name and addresses
Nuclear Waste Services Limited
Pelham House, Pelham Drive,
Calderbridge, Seascale
CA20 1DB
Contact
David Palmer
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 Site Works Framework
Reference number
C13254
two.1.2) Main CPV code
- 45200000 - Works for complete or part construction and civil engineering work
two.1.3) Type of contract
Works
two.1.4) Short description
The Integrated Site Works Framework (ISWF)seeks to undertake work which supports the delivery of ongoing site works, asset refurbishment and projects relating to general infrastructure and operations – removal of existing assets and replacing with new to facilitate future missions of the Low Level Repository LLWR) Site in Drigg, Cumbria.
two.1.5) Estimated total value
Value excluding VAT: £46,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKD1 - Cumbria
Main site or place of performance
Low Level Waste Repository Site, Old Shore Road, Holmrook CA19 1XP
two.2.4) Description of the procurement
The Integrated Site Works Framework (ISWF)seeks to undertake work which supports the delivery of ongoing site works, asset refurbishment and projects relating to general infrastructure and operations – removal of existing assets and replacing with new to facilitate future missions of the Low Level Repository LLWR) Site in Drigg, Cumbria.
The ISWF will serve as a multidisciplinary vehicle for the NWS organisation to carry out works and services at the Repository site. These activities will be managed through Project Orders, which are awarded as call-offs from the Framework. The essential capabilities required through this framework include:
- Civil engineering works
- Mechanical engineering design and installation works
- Electrical engineering design and installation works
- Demolition and remediation works
- Other including prelims/management, allowance for emergent tasks etc.
During the framework the scopes of work will be developed through the following activities:
- Condition surveys or routine inspections that result in work above and beyond standard maintenance
- System Health reports and associated checks
- Asset management lifecycle plans.
The known Site Works Scope includes the following scope:
- Leachate Management System
- Electrical Distribution
- Radiometric Systems
- Grouting Facility
- Mechanical and Statutory Systems
- Civil Services
- Alarm and Communications Systems
- Transport Fleet (on site)
- Environmental Systems
- Security Systems
- Water Supplies
- Electrical Supplies
- Site Remediation & Legacy Structures
- Site Baseline Configuration
To facilitate delivery of site works for the scope, the following capabilities are being sought from the supply-chain through this framework:
- Multidiscipline site works delivery encompassing Site Works, mechanical and CE&I installations, testing and commissioning.
- Production of single discipline and / or low complexity detailed design outputs and solutions for self-delivery (design and build) or subcontract delivery via supply-chain.
- Demolition and land remediation capability, including access to specialist services via supply-chain network for example, environmental / contamination analysis, waste management
- Capability for handling and removal of asbestos, and ground contaminants associated with Royal Ordnance Factory legacy products.
Tendered in line with the Open Procedure (inclusive of pass/fail supplier questionnaires)
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 C13254 [IntegratedSite Works Framework (ISWF)] which is listed within the ‘Find Opportunities’ area on the portal.
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: £46,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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 C13254 (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:
In line with PCR 2015
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
1 November 2024
Local time
12:00pm
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
4 November 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
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
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