II.1)
Scope of the procurement
Expert Support & Alternative Treatment Solutions - SQE Support and Expert Support
Reference number:
LLWRP2122-ja11130
90520000
-
Radioactive-, toxic-, medical- and hazardous waste services
Services
II.1.4)
Short description
These services were originally Lots 1 & 3 of the procurement for the Expert Support & Alternative Treatment Solutions Framework (TED Reference: 2020/S 133-328094, CTM Reference: rft12133), and were removed from that procurement in order to maintain its integrity when required amendments were identified to these Lots. These Lots will be let with end dates to bring them in line with Lots 2 & 4 (see section 1.4), with the option for LLWR to extend the end date for a further nine months. A summary of the changes made to the Lots is: • Lot 1 requires additional support to verification and validation of on-going work, work packs and records, compliance audit and assurance support; • Lot 3 requires waste assurance, compliance and auditing support. Further detail is provided in the individual scopes of work, and any additional requirements relating to pricing are reflected in Appendix 10 to this ITT.
II.1.6)
Information about lots
This contract is divided into lots:
yes
Tenders may be submitted for
all lots
II.2.2)
Additional CPV code(s)
90520000
-
Radioactive-, toxic-, medical- and hazardous waste services
II.2.3)
Place of performance
NUTS code:
UK -
UNITED KINGDOM
II.2.4)
Description of the procurement
These services were originally Lots 1 & 3 of the procurement for the Expert Support & Alternative Treatment Solutions Framework (TED Reference: 2020/S 133-328094, CTM Reference: rft12133), and were removed from that procurement in order to maintain its integrity when required amendments were identified to these Lots. These Lots will be let with end dates to bring them in line with Lots 2 & 4 (see section 1.4), with the option for LLWR to extend the end date for a further nine months. A summary of the changes made to the Lots is: • Lot 1 requires additional support to verification and validation of on-going work, work packs and records, compliance audit and assurance support; • Lot 3 requires waste assurance, compliance and auditing support. Further detail is provided in the individual scopes of work, and any additional requirements relating to pricing are reflected in Appendix 10 to this ITT.
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:
39
This contract is subject to renewal:
yes
Description of renewals:
There is the potential for a 9 month extension to this framework (taking the duration up to the maximum allowed 48 months) at the Contract Authority's discretion. Any such extension would be on the same terms and pricing basis as the 39-month agreement.
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.2.2)
Additional CPV code(s)
90520000
-
Radioactive-, toxic-, medical- and hazardous waste services
II.2.3)
Place of performance
NUTS code:
UK -
UNITED KINGDOM
II.2.4)
Description of the procurement
These services were originally Lots 1 & 3 of the procurement for the Expert Support & Alternative Treatment Solutions Framework (TED Reference: 2020/S 133-328094, CTM Reference: rft12133), and were removed from that procurement in order to maintain its integrity when required amendments were identified to these Lots. These Lots will be let with end dates to bring them in line with Lots 2 & 4 (see section 1.4), with the option for LLWR to extend the end date for a further nine months. A summary of the changes made to the Lots is: • Lot 1 requires additional support to verification and validation of on-going work, work packs and records, compliance audit and assurance support; • Lot 3 requires waste assurance, compliance and auditing support. Further detail is provided in the individual scopes of work, and any additional requirements relating to pricing are reflected in Appendix 10 to this ITT.
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:
39
This contract is subject to renewal:
yes
Description of renewals:
There is the potential for a 9 month extension to this framework (taking the duration up to the maximum allowed 48 months) at the Contract Authority's discretion. Any such extension would be on the same terms and pricing basis as the 39-month agreement.
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