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
E-mail: Charlene.Bainbridge@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 electronically to:
https://atamis-2464.my.site.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
Metallic Waste Treatment Services Framework
Reference number: C13220
II.1.2) Main CPV code
90520000
II.1.3) Type of contract
Services
II.1.4) Short description
Nuclear Waste Services (NWS) is a joint trading name of both LLW Repository Limited (LLWR) and Radioactive Waste Management Limited (RWM). NWS is a division of the Nuclear Decommissioning Authority (NDA) which includes RWM and LLWR. NWS is not a legal entity but provides strategic oversight over the operation and development of these businesses through a management board governance structure.<br/>Further information on NWS can be found at;<br/><br/>https://www.gov.uk/government/organisations/nuclear-waste-services/about<br/><br/>Nuclear Waste Services (NWS), through its Waste Services line of business, provides a Metallic Waste Treatment Service (MWTS) to both NDA and non-NDA customers. The service was established with the primary aim of prolonging the life of the repository through diverting metallic waste away from disposal at the LLWR to treatment providers with the capability of processing the metallic waste to enable it to be recycled into new products or conditioned for optimised disposal. In line with the UK Government’s Solid LLW Strategy and the Waste Management Hierarchy, this provides a more sustainable solution and extends the life of the LLWR site by reducing the volume of waste requiring disposal.
II.1.5) Estimated total value
Value excluding VAT:
90 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
90520000
90521400
14630000
90521500
II.2.3) Place of performance
NUTS code:
UKD1
II.2.4) Description of the procurement
The procurement will deliver a contractual mechanism for the metallic waste treatment service. The current estimated maximum spend through the service is £90M, although the service will formally be a zero-value agreement, with no spend guaranteed.<br/><br/>The scope of the procurement is to manage the full metallic waste treatment lifecycle which could include the following:<br/><br/>· On-site works, de-planting activities, and waste preparation.<br/>· Treatment of metallic waste in line with the waste management hierarchy and BAT.<br/>· Management of Primary and Secondary Waste for onward recycling and/or disposal.<br/>· Storage of metal pre and/or post treatment.<br/>· Transport.<br/>· Characterisation.<br/>· Packaging Provision.<br/>· Expert Support.
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:
90 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
12/08/2024
End:
11/08/2028
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 C13220 Metallic Waste Treatment Services Framework 2024 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:
10/11/2023
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:
08/11/2024
IV.2.7) Conditions for opening of tenders
Date:
28/09/2023
Local time: 16:00
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
28/09/2023