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: Becky Rollinson
E-mail: becky.rollinson@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.1) Name and addresses
Nuclear Decommissioning Authority
Herdus House Westlakes Science and Technology Park Moor Row
Cumbria
CA24 3HU
UK
E-mail: enquiries@nda.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/nuclear-decommissioning-authority
Address of the buyer profile: https://www.gov.uk/government/organisations/nuclear-decommissioning-authority
I.1) Name and addresses
Dounreay Site Restoration Limited
D2003, Dounreay, Thurso, Caithness
Thurso
KW14 7TZ
UK
E-mail: communications@dounreay.com
NUTS: UKM61
Internet address(es)
Main address: https://www.gov.uk/government/organisations/dounreay
Address of the buyer profile: https://www.gov.uk/government/organisations/dounreay
I.1) Name and addresses
Magnox Limited
Oldbury Naite
Oldbury
BS35 1RQ
UK
E-mail: rachael.sheriff@magnoxsites.com
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/magnox-ltd
Address of the buyer profile: https://www.gov.uk/government/organisations/magnox-ltd
I.1) Name and addresses
International Nuclear Services Ltd
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.1) Name and addresses
Direct Rail Services Limited
Regents Court, Baron Way
Carlisle
CA6 4SJ
UK
E-mail: sales.enquiry@ntsglobal.uk
NUTS: UKD1
Internet address(es)
Main address: https://www.directrailservices.com/
Address of the buyer profile: https://www.directrailservices.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
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: Nuclear decommissoning
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Business & Technical Services Marketplace
II.1.2) Main CPV code
79000000
II.1.3) Type of contract
Services
II.1.4) Short description
LLW Repository Ltd trading as Nuclear Waste Services (LLWR t/a NWS) has created the Business & Technical Services (BATS) Marketplace Dynamic Purchasing System (DPS) which is open for use by the following Contracting Authorities: LLWR t/a NWS, Direct Rail Services Ltd, Dounreay Site Restoration Ltd, International Nuclear Services Ltd, National Nuclear Laboratory Ltd, Nuclear Decommissioning Authority, Magnox Ltd, Radioactive Waste Management Ltd trading as Nuclear Waste Services and Sellafield Ltd.<br/><br/>An OJEU contract notice (2019/S 228-559692) was published on 22/11/2019 to open pre-qualification for BATS. A further notice (2023/S 000-002230) was published on 25/01/2023 to communicate an increase in the estimated total value from £75m to £125m. This notice has been published to communicate a change in the period of validity of the BATS DPS, from an end date of 21/11/2023 to 30/11/2025, and an increase to the estimated total value, from £125m to £175m.
II.1.5) Estimated total value
Value excluding VAT:
175 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The purpose of the BATS Marketplace DPS is to access a greater breadth of capable supply chain organisations to utilise commonly used business and technical service solutions. The BATS DPS covers professional labour services associated with work packages in support of business delivery. The BATS Marketplace DPS has 13 categories:<br/>1. Business (Change Management / Business Cases / Technical Authors);<br/>2. Commercial (Sourcing / Claims / Quantity Surveying);<br/>3. Full Lifecycle Design & Engineering Services;<br/>4. Environment (Advice / Consultancy / Ecology);<br/>5. Finance (Advice / Taxation / Auditing);<br/>6. Health & Safety (Advice / Consultancy / Specialists);<br/>7. Human Resources (Recruitment / Training / Facilitation);<br/>8. Legal (Advice / Corporate / Contract / Employment / Planning);<br/>9. Portfolio, Programme & Project Management;<br/>10. Programme Controls (Planning / Estimating / Cost / Risk Management);<br/>11. Public Affairs Support (Photos / Reprographics / Marketing / Comms / Events);<br/>12. Quality and Assurance (Assurance / Process Improvements / Management System);<br/>13. Security (Advice / Consultancy / Specialists)<br/><br/>Candidates can apply for pre-qualification against one or more categories to gain access to award stage work packages. Please note that pre-qualification remains open and live for the duration of the DPS, therefore a pre-qualification response can be submitted at any time.<br/><br/>BATS can be accessed via the 'View Live Opportunities' (https://ndasupplierportal.secure.force.com/?searchtype=Projects) option on the Atamis homepage. The record reference is C5590.<br/><br/>Note that the value provided in Section II.1.5.1 is only an estimate and no guarantee of value or volume of work through the DPS can be offered.
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:
175 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
22/11/2019
End:
30/11/2025
This contract is subject to renewal: Yes
Description of renewals:
The Contracting Authorities named in this notice may enter into a contract with a supplier for a period of their determining which may exceed the duration of the DPS.
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Candidates will be assessed on their response to the selection criteria in their request to qualify for a place on the BATS Marketplace DPS.
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
The dynamic purchasing system might be used by additional purchasers
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:
2023/S 000-002230
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
30/11/2025
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: 72 (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 ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
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.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.4.3) 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.
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
27/11/2023