Contract notice

Information

Published

Expire date: 15/02/2021

External Reference: 2021-416760

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

LLW Repository Ltd
5608448
Pelham House
Calderbridge
CA20 1DB
UK
Contact person: James Allen
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=13201&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

LLWR ESC Support Framework
Reference number:  LLWRP12822
II.1.2)

Main CPV code

90713000  -  Environmental issues consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

A regulatory necessity for LLW Repository Ltd (LLWR) is to maintain the capacity and capability to support the implementation and ongoing development of the Environmental Safety Case (ESC).
The objective of LLWR’s ESC is to demonstrate to the Environment Agency (EA) and other stakeholders that it is safe to continue to dispose of waste at the Repository.
LLWR is required by the EA to maintain a “live” ESC. This requirement covers both the implementation of the current safety case on site and also the capability to develop and produce major revisions to the current safety case.
LLWR’s ESC Team is supported by a number of contractors via the current multiple lot ESC Framework Agreement, which enables access to technical experts with the specialist knowledge to support the development of the safety case. A competitive tender is required to ensure continued access to specialist ESC resources.
A detailed description of the Scope is set out in Appendix 4.
II.1.5)

Estimated total value

Value excluding VAT: 27500000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  maximum number of lots: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Lot 2 only
Lot 3 only
Lots 2 & 3
Lot 4 only
Note: Tenders that submit a Tender for Lot 4 should not also submit a Tender for Lots 2 or 3.
II.2)

Description

II.2.1)

Title

ESC Technical Support
Lot No:  2
II.2.2)

Additional CPV code(s)

90710000  -  Environmental management
90711000  -  Environmental impact assessment other than for construction
90714000  -  Environmental auditing
90713000  -  Environmental issues consultancy services
II.2.3)

Place of performance

Main site or place of performance:  
UK
II.2.4)

Description of the procurement

The scope of work under this lot involves the provision of support to the ESC team in undertaking the technical activities identified below. Emerging requirements may be identified, which will be in line with the types of activities set out.
A Consultant and its people awarded work under the framework agreement will be expected to work closely, constructively and collaboratively with the ESC team and possibly other members of LLWR’s people in achieving the objectives of the work specified and agreed. Consultants must be committed to this style of working.
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: 18750000.00  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
II.2.14)

Additional information

This lot will result in a 4-year multi-supplier framework
II.2)

Description

II.2.1)

Title

Hydrogeological and Geological Support
Lot No:  3
II.2.2)

Additional CPV code(s)

90711000  -  Environmental impact assessment other than for construction
90714000  -  Environmental auditing
90710000  -  Environmental management
II.2.3)

Place of performance

Main site or place of performance:  
UK
II.2.4)

Description of the procurement

Providing support in the maintenance, development and application of the LLWR's understanding of the site's geology and hydrogeology. This includes software models of the site's geology and hydrogeology. It is anticipated that much of the work undertaken will be in support of the detailed understanding of the LLWR site's geology and hydrogeology that underpins both the conceptual and assessment models. Some aspects of the work may be focussed on supporting the detailed design and construction of the site's closure engineering and future vaults. The work scope may include geological recording of borehole construction and excavations made on the LLWR site. The selected contractor will need to provide staff with the necessary qualifications, experience and expertise, and also availability to support programmes of work on the LLWR site, which is a nuclear licensed site.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
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
II.2.14)

Additional information

This lot will result in a 4-year single-supplier framework
II.2)

Description

II.2.1)

Title

Peer Review
Lot No:  4
II.2.2)

Additional CPV code(s)

90714000  -  Environmental auditing
90711000  -  Environmental impact assessment other than for construction
90710000  -  Environmental management
II.2.3)

Place of performance

Main site or place of performance:  
UK
II.2.4)

Description of the procurement

For a contractor to provide a group of experts, the Peer Review Group (PRG), with the necessary technical experience and expertise, and professional standing, to provide independent peer review of work relevant to the LLWR's ESC. It is noted that an important aspect of the work of the ESC will be supporting the detailed design and implementation of the closure engineering and future vaults. Potential contractors will need to propose an appropriate group of experts and have the necessary commitments from the experts or their employing organisations in place. Reports summarising the work of the independent peer review group will need to be produced, as well as reviews of documents, meetings, etc.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
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
II.2.14)

Additional information

This lot will result in a 5-year single-supplier contract

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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.2.1)

Previous publication concerning this procedure

Notice number in the FTS: 2020/S 170-412548
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  05/02/2021
Local time:  16:00
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 : 9  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  15/02/2021
Local time:  16:00

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

Royal Courts of Justice
Strand
London
London
UK
Internet address: http://www.justice.gov.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: 
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 Ltd
Pelham House
Calderbridge
CA20 1DB
UK