Tender

Integrated Site Works Framework

  • Nuclear Waste Services Limited

F02: Contract notice

Notice identifier: 2024/S 000-027338

Procurement identifier (OCID): ocds-h6vhtk-0495c9

Published 27 August 2024, 4:26pm



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 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

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