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
II.1.7)
Total value of the procurement
Value excluding VAT:
10000000.00
GBP
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.
Criteria below
Quality criterion
-
Name:
Delivery Approach
/
Weighting:
25
Quality criterion
-
Name:
Management & Business Processes
/
Weighting:
18
Quality criterion
-
Name:
Organisational Resilience
/
Weighting:
22
Cost criterion
-
Name:
Rates
/
Weighting:
20
Cost criterion
-
Name:
Fee Percentage
/
Weighting:
5
Cost criterion
-
Name:
Social Value
/
Weighting:
10
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.
Criteria below
Quality criterion
-
Name:
Service Proposal
/
Weighting:
35
Quality criterion
-
Name:
Managing & Improving Delivery
/
Weighting:
30
Cost criterion
-
Name:
Rates
/
Weighting:
20
Cost criterion
-
Name:
Fee Percentage
/
Weighting:
5
Cost criterion
-
Name:
Social Value
/
Weighting:
10
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