Engineering Design and Construction Framework
The essence of the scope required is the provision of a fit for purpose, cost effective integrated service for the provision of engineering design, execution of projects and asset care works.
United Kingdom-Cumbria: Site preparation work
2013/S 220-382404
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
LLW Repository Ltd
Pelham House
For the attention of: Tom Crowe
CA20 1DB Cumbria
UNITED KINGDOM
Telephone: +44 1946770239
E-mail: tom.crowe@llwrsite.com
Internet address(es):
General address of the contracting authority: http://www.llwrsite.com
Address of the buyer profile: http://www.llwrsite.com
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Section II: Object of the contract
Design and execution
Main site or location of works, place of delivery or of performance: LLWR Site
Old Shore Road
Drigg
Cumbria
CA19 1XH
NUTS code UKD11
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 45 000 000 and 55 000 000 GBP
LLWR is aiming to place a single framework contract with one entity to deliver both multi-discipline engineering design support, from concept through to design, and construction of identified key projects on the Site.
Many of the proposed works need to be undertaken concurrently, but preceded by detailed design as to date, most of the proposed works are not fully detailed. Due to this workload, it has been identified that LLWR require support from the supply chain, but it is essential that an integrated approach is adopted due to the volume of works to be delivered within the constraints of the site and required timescale for delivery.
45100000, 45200000, 45300000, 45400000, 71320000, 71500000
The framework will include numerous individual projects and asset care works, most of which will require full design development to produce fully detailed scopes, specifications, drawings for the works, by the selected Entity.
The following services will be included in the scope:
– Design Service
– Construction
– Asset Refurbishment and Replacement works
– Security Enhancements
The following, non-exhaustive, list of projects are expected to be delivered via this proposed framework:
– Fork Lift Truck Maintenance Facilities
– Ground clearance
– Site Investigations
– Hard standings
– Tent
– Phase 1 Site Optimisation and Closure Works
– Vault 8 Construction of Cut off walls
– Vault 8 infill and running surface
– Outer perimeter final landscaped engineered cap trenches & Vault 8
– Construction of access roads and hard standings
– Construction mitigation works
– Perimeter drain and Drigg stream diversion (NB Vault construction and Secant pile walls are excluded)
– Trench Cap Improvements
– Repair / Replace membrane at probe holes
– Repair trench 6/7 membrane joint
– Locate and patch repair to existing membrane
– Field drains to Trench Cap
– Grout facility
– Replace Tanks and Probes
– Remove suspect active tank
– Replace grout table load cells
– Legacy Issues
– Disposal of IBC’s and Drums
– Disposal of Long Term Vault Experiments
– Road and Rail Transport
– Repair rail sidings, points and re-ballast
– Refurbish site roads
– Electrical Infrastructure
– Refurbish substations
– Mechanical Services
– Review mains water supply
– Review sewage system
– Install water meters
– Repairs to Security Fencing
– Environmental Monitoring
– Refurbish boreholes
– Process Building
– Repaint structural steelwork
– Replace fire detection system
– Remove workshops
– Emerging Tasks
– Provision to address unplanned events
– New perimeter fences and New inner fences
– New Site Security & Incident Control Centre
– Road Infrastructure improvements
– New gate house and Car park construction
– Site security monitoring Systems
– Existing building modifications
An exopected breakdown of work against disciplines and additional information can be found in the LLWR Pre-Qualification Questionnaire document with CTM.
Please refer to the Pre-Qualification Questionnaire, available via the CTM system https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=6234&B=LLWR
Estimated value excluding VAT:
Range: between 45 000 000 and 55 000 000 GBP
Section III: Legal, economic, financial and technical information
Information and formalities necessary for evaluating if the requirements are met: Please refer to the Pre-Qualification Questionnaire, available via the CTM system https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=6234&B=LLWR
Information and formalities necessary for evaluating if the requirements are met: Please refer to the Pre-Qualification Questionnaire, available via the CTM system https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=6234&B=LLWR
Minimum level(s) of standards possibly required: Please refer to the Pre-Qualification Questionnaire, available via the CTM system https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=6234&B=LLWR
Please refer to the Pre-Qualification Questionnaire, available via the CTM system https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=6234&B=LLWR
Minimum level(s) of standards possibly required:
Please refer to the Pre-Qualification Questionnaire, available via the CTM system https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=6234&B=LLWR
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: The averaged score achieved by each suppliers will be taken into account to produce a league table based on score. If more than six suppliers achieve a score greater than 3; the top six scoring suppliers will progress to the ITT stage.
Prior information notice
Section VI: Complementary information
To receive more information about this tender, including any amendments and/or clarifications and to request any clarifications and/or to respond to this tender, you must register your interest to this tender on the following site: https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=6602&B=LLWR
High Court
Royal Courts of Justice, Strand
WC2A 2LL London
UNITED KINGDOM
Body responsible for mediation procedures
London Court of International Arbitration
70 Fleet Street
EC4 YEU London
UNITED KINGDOM
E-mail: lcia@lcia.org
LLW Repository Limited
Pelham House, Pelham Drive
CA20 1DB Calderbridge
UNITED KINGDOM
E-mail: christopher.j.stanger@llwrsite.com
Telephone: +44 1946770240
Internet address: http://www.llwrsite.com