Contract notice

Information

Published

Date of dispatch of this notice: 18/12/2019

Expire date: 10/03/2020

External Reference: 2019-428437

TED Reference: 2019/S 247-608009

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

LLW Repository Ltd
5608448
Calder Bridge
Seascale
CA20 1PG
UK
Contact person: Guy Jennings
NUTS code:  UKD -  NORTH WEST (ENGLAND)
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=12271&B=SELLAFIELD
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Other activity:  Nuclear Decommissioning

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Repository Infrastructure Framework Agreement Procurement
Reference number:  LLWRP161613
II.1.2)

Main CPV code

45000000  -  Construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

LLWR have a rolling schedule of asset care, refurbishment, and replacement tasks to deliver and potentially a number of minor projects in design, mechanical, electrical, construction and civil engineering.
II.1.5)

Estimated total value

Value excluding VAT: 9000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

45315100  -  Electrical engineering installation works
45351000  -  Mechanical engineering installation works
51100000  -  Installation services of electrical and mechanical equipment
71320000  -  Engineering design services
II.2.3)

Place of performance

NUTS code:  UKD1 -  Cumbria
NUTS code:  UKD -  NORTH WEST (ENGLAND)
Main site or place of performance:  
CA19 1XP
II.2.4)

Description of the procurement

LLWR have a rolling schedule of asset care, refurbishment, and replacement tasks to deliver and potentially a number of minor projects in design, mechanical, electrical, construction and civil engineering. To fulfil these requirements, a multi-disciplined engineering framework agreement is required. The scope of requirements associated with this procurement are not defined in detail and accordingly the objective is to secure, multi-disciplinary mechanical, electrical and civil engineering, design and construction capability for the execution of projects and asset works, on site. The range of capability includes but is not limited to:- • Programme and Project Management • Production and checking of functional and detailed specifications • Civil, Mechanical & Electrical Design • CDM / Safety – Production of and support to Health and Safety files, designers risk assessments. • Supervision of Works • Mechanical works • Electrical works • Control Systems • Installation of pumping systems • Electronic System Enhancements • Design Change support • Civil and ground works • Minor building and Construction works
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 9000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.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
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  17/02/2020
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.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)
IV.2.7)

Conditions for opening of tenders

Date:  17/02/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

LLW Repository
Pelham House
Calderbridge
CA20 1DB
UK

VI.4.2)

Body responsible for mediation procedures

Royal Courts of Justice
Strand
London
London
UK
Internet address: http://www.justice.gov.uk

VI.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 requirements 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. In accordance with the Public Contracts Regulations 2015, the Contracting Authority will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.
VI.4.4)

Service from which information about the review procedure may be obtained

LLW Repository
Pelham House
Calderbridge
CA20 1DB
UK