Contract award notice

Information

Published

External Reference: 2022-439859

Contract award notice

Contract award notice

Results of the procurement procedure

Section I: Contracting authority

I.1)

Name and addresses

CTM Portal for the NDA Shared Services Alliance
01002607
Calder Bridge
Seascale
CA20 1PG
UK
Contact person: Matthew Griffiths
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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

Expert Support & Alternative Treatment Solutions - SQE Support and Expert Support
Reference number:  LLWRP2122-ja11130
II.1.2)

Main CPV code

90520000  -  Radioactive-, toxic-, medical- and hazardous waste services
II.1.3)

Type of contract

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)

Description

II.2.1)

Title

SQE Support
Lot No:  1
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.
II.2.5)

Award criteria

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)

Description

II.2.1)

Title

Expert Support
Lot No:  3
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.
II.2.5)

Award criteria

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

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
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: 2021/S 000-009479

Section V: Award of contract

Lot No: 1

Title: Expert Support & Alternative Treatment Solutions

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

20/12/2021
V.2.2)

Information about tenders

Number of tenders received:  1
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Responsive Ltd
Unit 3a Lillyhall Industrial Estate, Hallwood Road
Workington
CA14 4JR
UK
NUTS code:  UK -  UNITED KINGDOM

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  1500000.00  GBP

Section V: Award of contract

Lot No: 3

Title: Expert Support & Alternative Treatment Solutions

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

25/01/2022
V.2.2)

Information about tenders

Number of tenders received:  10
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Atkins Ltd
Woodcote Grove, Ashley Road, Epsom,
Surrey
KT185BW
UK
NUTS code:  UK -  UNITED KINGDOM

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  8500000.00  GBP

Section V: Award of contract

Lot No: 3

Title: Expert Support & Alternative Treatment Solutions

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

27/01/2022
V.2.2)

Information about tenders

Number of tenders received:  10
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Cavendish Nuclear Ltd
33 Wigmore Street
London
W1U 1QX
UK
NUTS code:  UK -  UNITED KINGDOM

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  8500000.00  GBP

Section V: Award of contract

Lot No: 3

Title: Expert Support & Alternative Treatment Solutions

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

20/01/2022
V.2.2)

Information about tenders

Number of tenders received:  10
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

DBD Ltd
401 Faraday Street, Birchwood Park
Warrington
WA3 6GA
UK
NUTS code:  UK -  UNITED KINGDOM

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  8500000.00  GBP

Section V: Award of contract

Lot No: 3

Title: Expert Support & Alternative Treatment Solutions

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

11/03/2022
V.2.2)

Information about tenders

Number of tenders received:  10
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Jacobs UK Ltd
Cottons Centre, Cottons Lane
London
SE1 2QG
UK
NUTS code:  UK -  UNITED KINGDOM

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  8500000.00  GBP

Section V: Award of contract

Lot No: 3

Title: Expert Support & Alternative Treatment Solutions

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

27/01/2022
V.2.2)

Information about tenders

Number of tenders received:  10
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Mott MacDonald
Mott Macdonald House, 8-10 Sydenham Road, Croydon
Surrey
CR0 2EE
UK
NUTS code:  UK -  UNITED KINGDOM

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  8500000.00  GBP

Section V: Award of contract

Lot No: 3

Title: Expert Support & Alternative Treatment Solutions

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

13/01/2022
V.2.2)

Information about tenders

Number of tenders received:  10
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

NSG Environmental Ltd
Ackhurst Road
Chorley
PR7 1NH
UK
NUTS code:  UK -  UNITED KINGDOM

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  8500000.00  GBP

Section V: Award of contract

Lot No: 3

Title: Expert Support & Alternative Treatment Solutions

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

14/02/2022
V.2.2)

Information about tenders

Number of tenders received:  10
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Nuvia Ltd
Chadwick House, Birchwood Park
Risley
WA3 6AE
UK
NUTS code:  UK -  UNITED KINGDOM

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  8500000.00  GBP

Section V: Award of contract

Lot No: 3

Title: Expert Support & Alternative Treatment Solutions

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

13/01/2022
V.2.2)

Information about tenders

Number of tenders received:  10
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

Shepley Engineers Ltd
02926871
3175 Century Way, Thorpe Park
Leeds
LS15 8ZB
UK
NUTS code:  UK -  UNITED KINGDOM

The contractor is an SME : no
REACT Engineering Ltd
Phoenix Court, Earl Street
Cleator Moor
CA25 5AU
UK
NUTS code:  UK -  UNITED KINGDOM

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  8500000.00  GBP

Section VI: Complementary information

VI.3)

Additional information

Public sector bodies that fall into one or more of the following categories may utilise the Framework via a Waste Services Contract with LLWR:
1. Any of the following and their future successors:
(a) Ministerial government departments;
(b) Non-ministerial government departments;
(c) Executive agencies of government;
(d) Non-Departmental Public Bodies (NDPBs), including advisory NDPBs, executive NDPBs, and tribunal NDPBs;
(e) Assembly Sponsored Public Bodies (ASPBs);
(f) Police forces;
(g) Fire and rescue services;
(h) Ambulance services;
(i) Maritime and coastguard agency services;
(j) NHS bodies;
(k) Educational bodies or establishments including state schools (nursery schools, primary schools, middle or high schools, secondary schools, special schools), academies, colleges, Pupil Referral Unit (PRU), further education colleges and universities;
(l) Hospices;
(m) National Parks;
(n) Housing associations, including registered social landlords;
(o) Third sector and charities;
(p) Citizens advice bodies;
(q) Councils, including county councils, district councils, county borough councils, community councils, London borough councils, unitary councils, metropolitan councils, parish councils;
(r) Public corporations;
(s) Public financial bodies or institutions;
(t) Public pension funds;
(u) Central banks; and
(v) Civil service bodies, including public sector buying organisations.
2. Those listed and maintained by the Government on their website at https://www.gov.uk/government/organisations or any replacement or updated web-link.
3. Those listed and maintained by the Office of National Statistics (ONS) at https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide or any replacement or updated web-link.
4. Those bodies in England, Wales or Northern Ireland which are within the scope of the definition of “Contracting Authority” in regulation 2(1) of the Public Contracts Regulations 2015 (PCR) and/or Schedule 1 PCR.
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
Calderbridge
CA20 1DB
UK