Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Road Transport Services for Radioactive Waste

  • First published: 24 February 2023
  • Last modified: 24 February 2023
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03374f
Published by:
LLW Repository Ltd trading as Nuclear Waste Services
Authority ID:
AA83374
Publication date:
24 February 2023
Deadline date:
31 March 2033
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The purpose of the scope is for the contractors to provide the Contracting Authority with a Radioactive Waste Road Transport Service inclusive of ocean freight management to support logistics services associated with the UK Nuclear Industry. <br/><br/>The total estimated value of the 10-year DPS is £25m, although no guarantee is given as to the value or volume of work that may be placed through the arrangement. <br/><br/>The Contracting Authority will procure Road Transport Service Providers through a DPS and will conduct a Call for Competition to all Suppliers within the DPS. The Contracting Authority will accept the most economically advantageous tender submission, in accordance with the applicable weightings set out below or which will be formulated more precisely within the Call for Competition documents.<br/><br/>1)Non Standard Services – Evaluation of Tender submission and Acceptance of Tender<br/><br/>Each time the Contracting Authority runs a Call for Competition for Non Standard Services the acceptance of any tender submission, and award of contract, will be based on both Technical and Commercial considerations as identified below.<br/>• Technical – (Weighting range 70%-30%). Potential Evaluation Sub Criteria: Service proposals, People & capability to perform the proposed Task, Risk management, Schedule<br/>• Commercial – (Weighting range 30% - 70%). Potential Evaluation Sub Criteria: Price, Commercial considerations, Social Value<br/><br/>Where a proposed Contract involves a high degree of Technical complexity, a greater relative weighting for Technical criteria will be applied. These will be formulated more precisely within the Call for Competition for non-standard work packages issued through the relevant electronic system. Where proposed scope is more routine and has a low degree of complexity, a greater relative weighting for Commercial criteria will be applied. <br/><br/>2) Standard Services – Award Criteria<br/>For Calls for Competition that relate only to standard services, the Technical evaluation for Calls for Competition issued through the relevant electronic system will be in the form of pass/fail questions. <br/>Suppliers that achieve a pass on the technical questions will then be assessed commercially. The Supplier offering the lowest technically compliant price will be awarded the contract.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

LLW Repository Ltd trading as Nuclear Waste Services

5608448

Pelham House

Calder Bridge

CA20 1DB

UK

Contact person: Charlene Bainbridge

Telephone: +44 1946722743

E-mail: Charlene.bainbridge@llwrsite.com

NUTS: UKD1

Internet address(es)

Main address: https://www.gov.uk/government/organisations/nuclear-waste-services/about

Address of the buyer profile: https://www.gov.uk/government/organisations/nuclear-waste-services/about

I.1) Name and addresses

Direct Rail Services Limited

Regents Court, Baron Way

Carlisle

CA6 4SJ

UK

E-mail: communications@ntsglobal.uk

NUTS: UKD1

Internet address(es)

Main address: https://www.directrailservices.com/

Address of the buyer profile: https://www.directrailservices.com/

I.1) Name and addresses

International Nuclear Services Limited

Hinton House, Risley

Warrington

WA3 6GR

UK

E-mail: sales@ntsglobal.uk

NUTS: UK

Internet address(es)

Main address: https://www.nucleartransportsolutions.com

Address of the buyer profile: https://www.nucleartransportsolutions.com

I.2) Joint procurement

The contract involves joint procurement

In the case of joint procurement involving different countries – applicable national procurement law:

English Law

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://ndasupplierportal.secure.force.com/?searchtype=Projects


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://one-nda.force.com/s/Welcome


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Nuclear decommissioning

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Road Transport Services for Radioactive Waste

II.1.2) Main CPV code

90521410

 

II.1.3) Type of contract

Services

II.1.4) Short description

At the heart of LLW Repository Ltd trading as Nuclear Waste Services’ mission is the provision of treatment and disposal services that provide alternative options to waste producers to preserve capacity at the LLWR site. The Road Transport DPS is an enabling service that supports our customers in carrying out these services. <br/><br/>The Contracting Authorities who may directly procure via the DPS are: LLWR t/a Nuclear Waste Services and Nuclear Transport Solutions (joint trading name of International Nuclear Services (company number 01144352), Direct Rail Services Ltd (company number 03020822) and Pacific Nuclear Transport Ltd (company number 01228109)). Other entities that either currently hold, or may in future enter into, a waste services contract (or successor arrangement) with the Contracting Authority may utilise services provided via the DPS as customers of the Contracting Authority (see Section VI Complementary Information).

II.1.5) Estimated total value

Value excluding VAT: 25 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

60100000

90521400

90521100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The purpose of the scope is for the contractors to provide the Contracting Authority with a Radioactive Waste Road Transport Service inclusive of ocean freight management to support logistics services associated with the UK Nuclear Industry. <br/><br/>The total estimated value of the 10-year DPS is £25m, although no guarantee is given as to the value or volume of work that may be placed through the arrangement. <br/><br/>The Contracting Authority will procure Road Transport Service Providers through a DPS and will conduct a Call for Competition to all Suppliers within the DPS. The Contracting Authority will accept the most economically advantageous tender submission, in accordance with the applicable weightings set out below or which will be formulated more precisely within the Call for Competition documents.<br/><br/>1)Non Standard Services – Evaluation of Tender submission and Acceptance of Tender<br/><br/>Each time the Contracting Authority runs a Call for Competition for Non Standard Services the acceptance of any tender submission, and award of contract, will be based on both Technical and Commercial considerations as identified below.<br/>• Technical – (Weighting range 70%-30%). Potential Evaluation Sub Criteria: Service proposals, People & capability to perform the proposed Task, Risk management, Schedule<br/>• Commercial – (Weighting range 30% - 70%). Potential Evaluation Sub Criteria: Price, Commercial considerations, Social Value<br/><br/>Where a proposed Contract involves a high degree of Technical complexity, a greater relative weighting for Technical criteria will be applied. These will be formulated more precisely within the Call for Competition for non-standard work packages issued through the relevant electronic system. Where proposed scope is more routine and has a low degree of complexity, a greater relative weighting for Commercial criteria will be applied. <br/><br/>2) Standard Services – Award Criteria<br/>For Calls for Competition that relate only to standard services, the Technical evaluation for Calls for Competition issued through the relevant electronic system will be in the form of pass/fail questions. <br/>Suppliers that achieve a pass on the technical questions will then be assessed commercially. The Supplier offering the lowest technically compliant price will be awarded the contract.

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: 25 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 31/03/2023

End: 31/03/2033

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

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

Please refer to the information pack provided to qualify for the DPS.

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

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

IV.1.8) Information about 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 OJ S:

2022/S 000-012465

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 31/03/2033

Local time: 00:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 120 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Customer organisations include private sector bodies plus public sector bodies that fall into one or more of the following categories. Such organisations may utilise the DPS via a Waste Services Contract (or successor arrangement) with the Contracting Authority.<br/>1) Any of the following and their future successors:<br/>(a) ministerial government departments;<br/>(b) Non-ministerial government departments;<br/>(c) executive agencies of government;<br/>(d) Non-Departmental Public Bodies (NDPBs), including advisory NDPBs, executive NDPBs, and tribunal NDPBs;<br/>(e) Assembly Sponsored Public Bodies (ASPBs);<br/>(f) police forces;<br/>(g) fire and rescue services;<br/>(h) ambulance services;<br/>(i) maritime and coastguard agency services;<br/>(j) NHS bodies;<br/>(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;<br/>(l) hospices;<br/>(m) national parks;<br/>(n) housing associations, including registered social landlords;<br/>(o) third sector and charities;<br/>(p) citizens advice bodies;<br/>(q) councils, including county councils, district councils, county borough councils, community councils, London borough councils, unitary councils, metropolitan councils, parish councils;<br/>(r) public corporations;<br/>(s) public financial bodies or institutions;<br/>(t) public pension funds;<br/>(u) central banks; and<br/>(v) civil service bodies, including public sector buying organisations.<br/><br/>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.<br/>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

High Court

Strand

London

WC2A 2LL

UK

Internet address(es)

URL: https://www.justice.gov.uk

VI.4.2) Body responsible for mediation procedures

High Court

Strand

London

WC2A 2LL

UK

Internet address(es)

URL: https://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:<br/>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 requirement 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.

VI.4.4) Service from which information about the review procedure may be obtained

LLW Repository Ltd trading as Nuclear Waste Services

Pelham House

Calder Bridge

CA20 1DB

UK

Internet address(es)

URL: https://www.gov.uk/government/organisations/nuclear-waste-services/about

VI.5) Date of dispatch of this notice

23/02/2023

Coding

Commodity categories

ID Title Parent category
90521100 Collection of radioactive waste Radioactive waste treatment services
60100000 Road transport services Transport services (excl. Waste transport)
90521400 Transport of radioactive waste Radioactive waste treatment services
90521410 Transportation of low level nuclear waste Radioactive waste treatment services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Charlene.bainbridge@llwrsite.com
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.