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: Gemma Laurie
E-mail: gemma.l.laurie@nuclearwasteservices.uk
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://atamis-2464.my.site.com/s/Welcome
Additional information can be obtained from the abovementioned address
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
Waste Container and Associated Services Framework
Reference number: C16719
II.1.2) Main CPV code
90521500
II.1.3) Type of contract
Services
II.1.4) Short description
LLW Repository Ltd trading as Nuclear Waste Services (NWS) is a UK nuclear waste management company that provides services to UK customers to treat and dispose of low level radioactive waste. On behalf of the UK‘s Nuclear Decommissioning Authority, we manage the national low level waste repository in West Cumbria and oversee a national low level waste programme to ensure that lower activity radioactive waste is managed effectively across the UK.<br/><br/>NWS has a scope of work to procure a 4-year framework agreement, divided into 4 lots, for the provision of waste containers and associated services on behalf of our customers.<br/>The proposed Framework may be accessed via NWS and will be for use by organisations that either currently hold, or may in future enter into, a Waste Services Contract with NWS. These organisations include private sector bodies, plus public sector bodies that fall into one or more of the categories stated in the Customer List document in Atamis.
II.1.5) Estimated total value
Value excluding VAT:
14 700 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
90521510
II.2.3) Place of performance
NUTS code:
UKD1
II.2.4) Description of the procurement
The Requirement is for the provision of a fit-for-purpose, cost effective service providing access to different waste container types (Containers, UN Drums, Soft Sided Packages, NOVAPAKS), and associated services for all NWS customers with a Waste Services Contract <br/><br/>The procurement project will deliver a 4-year multi-lot framework agreement. The current estimated maximum spend through the overall framework is £14,700,000 GBP, although the framework is formally a zero-value agreement, with no spend guaranteed. The potential framework value is forecast to meet the demands of the joint waste management plans between NWS and its Customers, the delivery of a framework that meets customer requirements in terms of cost, quality and schedule is key to the success of the framework. <br/>The scope of the new framework is to undertake the following: <br/> <br/>Lot 1: Transportable ISO Freight Waste Containers (and associated equipment) <br/> <br/>Lot 2: Manufacturing UN Approved Transportable Waste Drums, design, supply and distribution of specific UN Approved drums for the transport of solid and liquid materials <br/> <br/>Lot 3: The supply and distribution of Soft Sided Packages (SSP’s) for use as a single transport disposal package <br/> <br/>Lot 4: NOVAPAK spares and repairs - to manage and distribute a stock of strategic spares, provide capability to carry out repairs to the NOVAPAK fleet and provide a maintenance contingency for the NOVAPAK fleet
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:
14 700 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
07/09/2024
End:
06/09/2028
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
Organisations are invited to submit their ITT responses via NWS’s Atamis system (https://atamis-2464.my.site.com/s/Welcome), which can be accessed against Record Ref C16719 Waste Container and Associated Services Framework which is listed within the ‘Find Opportunities’ area on the portal.
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
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
Justification for any framework agreement duration exceeding 4 years: n/a
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
11/03/2024
Local time: 17:00
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
Tender must be valid until:
11/03/2025
IV.2.7) Conditions for opening of tenders
Date:
29/01/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts Of Justice
Strand
London
WC2A 2LL
UK
E-mail: RCJ.DCO@justice.gov.uk
Internet address(es)
URL: https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice
VI.4.2) Body responsible for mediation procedures
Royal Courts Of Justice
Strand
London
WC2A 2LL
UK
E-mail: RCJ.DCO@justice.gov.uk
Internet address(es)
URL: https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice
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
29/01/2024