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 Award Notice

Radioactive Metallic Waste Treatment Services Framework

  • First published: 20 January 2021
  • Last modified: 20 January 2021

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:
Published by:
LLW Repository Ltd
Authority ID:
AA21122
Publication date:
20 January 2021
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

LLWR has placed a framework agreement to deliver radioactive metallic waste treatment and associated services largely consisting of:

• waste characterisation,

• waste generation/enabling services,

• packaging,

• transport,

• receipt,

• storage,

• sorting and size-reduction,

• treatment,

• primary/secondary waste management,

• service/project management,

• expert support.

The framework will be managed by LLWR. Organisations can access the framework services via a Waste Services Contract (WSC) with LLWR. These organisations that either currently hold, or may in future enter into, a WSC with LLWR, include private sector bodies, plus public sector bodies that fall into one or more of the following categories:

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.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

LLW Repository Ltd

5608448

Calder Bridge

Seascale

CA201DB

UK

Contact person: Stuart Brierley

E-mail: stuart.brierley@llwrsite.com

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/case-studies/shared-services-alliance-ssa-for-nuclear-decommissioning-estate

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: Nuclear decommissioning

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Radioactive Metallic Waste Treatment Services Framework

Reference number: LLWRP/1801619

II.1.2) Main CPV code

90521000

 

II.1.3) Type of contract

Services

II.1.4) Short description

LLW Repository Ltd (LLWR) leads the delivery of the National Waste Programme (NWP) on behalf of the nuclear decommissioning authority through the following activities:

• implementing the radioactive waste hierarchy;

• making best use of existing radioactive waste management assets;

• meeting the need for new fit-for-purpose radioactive waste management routes.

LLWR has placed a framework agreement for radioactive metallic waste treatment services.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 65 000 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

90521000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

LLWR Site Drigg Cumbria.

II.2.4) Description of the procurement

LLWR has placed a framework agreement to deliver radioactive metallic waste treatment and associated services largely consisting of:

• waste characterisation,

• waste generation/enabling services,

• packaging,

• transport,

• receipt,

• storage,

• sorting and size-reduction,

• treatment,

• primary/secondary waste management,

• service/project management,

• expert support.

The framework will be managed by LLWR. Organisations can access the framework services via a Waste Services Contract (WSC) with LLWR. These organisations that either currently hold, or may in future enter into, a WSC with LLWR, include private sector bodies, plus public sector bodies that fall into one or more of the following categories:

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.

II.2.5) Award criteria

Quality criterion: Service proposals / Weighting: 35

Quality criterion: Managing and improving delivery / Weighting: 35

Price / Weighting:  30

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

The framework value is an estimate only and no guarantee can be given regarding the value or volume of work.

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 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:

2019/S 209-510762

Section V: Award of contract

Contract No: 1

Title: Radioactive Metallic Waste Treatment Services Framework

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/10/2020

V.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 1

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

The Active Collection Bureau Ltd (Subject To Contract)

Socorro House Liphook Way, 20/20 Business Park, Maidstone

Kent

ME16 0LQ

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Augean Treatment Ltd

4 Rudgate Court, Walton, Wetherby

West Yorkshire

LS23 7BF

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Cyclife UK Ltd

1 Joseph Noble Road, Lillyhall Industrial Estate, Workington

Cumbria

CA14 4JX

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Tradebe Inutec Ltd

Atlas House, Third Avenue, Globe Business Park, Marlow

Buckinghamshire

SL7 1EY

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Urenco Nuclear Stewardship Ltd

Capenhurst Works, Capenhurst, Chester

Cheshire

CH1 6ER

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Springfield Fuels Ltd

Springfields, Salwick, Preston

Lancashire

PR4 0XJ

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 65 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

LLW Repository Ltd

Calderbridge

CA20 1DB

UK

VI.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

London

UK

Internet address(es)

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

VI.4.3) Review procedure

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

VI.5) Date of dispatch of this notice

15/01/2021

Coding

Commodity categories

ID Title Parent category
90521000 Radioactive waste treatment services Radioactive-, toxic-, medical- and hazardous waste 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:
stuart.brierley@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.