Section one: Contracting authority
one.1) Name and addresses
LLW Repository Ltd trading as Nuclear Waste Services
Pelham House
Calder Bridge
CA20 1DB
Contact
Laura McClellan
laura.mcclellan@nuclearwasteservices.uk
Country
United Kingdom
Region code
UKD1 - Cumbria
National registration number
5608448
Internet address(es)
Main address
https://www.gov.uk/government/organisations/nuclear-waste-services/about
Buyer's address
https://www.gov.uk/government/organisations/nuclear-waste-services/about
one.1) Name and addresses
Nuclear Decommissioning Authority
Herdus House Westlakes Science and Technology Park Moor Row
Cumbria
CA24 3HU
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/nuclear-decommissioning-authority
Buyer's address
https://www.gov.uk/government/organisations/nuclear-decommissioning-authority
one.1) Name and addresses
Dounreay Site Restoration Limited
D2003, Dounreay, Thurso, Caithness
Thurso
KW14 7TZ
Country
United Kingdom
Region code
UKM61 - Caithness & Sutherland and Ross & Cromarty
Internet address(es)
Main address
https://www.gov.uk/government/organisations/dounreay
Buyer's address
https://www.gov.uk/government/organisations/dounreay
one.1) Name and addresses
Magnox Limited
Oldbury Naite
Oldbury
BS35 1RQ
rachael.sheriff@magnoxsites.com
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/magnox-ltd
Buyer's address
https://www.gov.uk/government/organisations/magnox-ltd
one.1) Name and addresses
International Nuclear Services Ltd
Hinton House, Risley
Warrington
WA3 6GR
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.nucleartransportsolutions.com
Buyer's address
https://www.nucleartransportsolutions.com
one.1) Name and addresses
Direct Rail Services Limited
Regents Court, Baron Way
Carlisle
CA6 4SJ
Country
United Kingdom
Region code
UKD1 - Cumbria
Internet address(es)
Main address
https://www.directrailservices.com/
Buyer's address
https://www.directrailservices.com/
one.2) Information about joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law
English Law
The contract is awarded by a central purchasing body
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://one-nda.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Nuclear decommissioning
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Business & Technical Services Marketplace Dynamic Purchasing System
two.1.2) Main CPV code
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.1.3) Type of contract
Services
two.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.
An OJEU contract notice (2019/S 228-559692) was published on 22/11/2019 to open pre-qualification for BATS. The DPS has since transitioned from the CTM eSourcing system to a new system: Atamis. Additionally, the estimated total value has increased from £75m to £125m. This Find a Tender notice has been published to direct the supply chain to Atamis and to communicate the increase to the estimated total figure, as CTM no longer has an interface with OJEU to amend the original notice.
two.1.5) Estimated total value
Value excluding VAT: £125,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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:
1. Business (Change Management / Business Cases / Technical Authors);
2. Commercial (Sourcing / Claims / Quantity Surveying);
3. Full Lifecycle Design & Engineering Services;
4. Environment (Advice / Consultancy / Ecology);
5. Finance (Advice / Taxation / Auditing);
6. Health & Safety (Advice / Consultancy / Specialists);
7. Human Resources (Recruitment / Training / Facilitation);
8. Legal (Advice / Corporate / Contract / Employment / Planning);
9. Portfolio, Programme & Project Management;
10. Programme Controls (Planning / Estimating / Cost / Risk Management);
11. Public Affairs Support (Photos / Reprographics / Marketing / Comms / Events);
12. Quality and Assurance (Assurance / Process Improvements / Management System);
13. Security (Advice / Consultancy / Specialists)
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.
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.
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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £125,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
22 November 2019
End date
21 November 2023
This contract is subject to renewal
Yes
Description of renewals
The BATS DPS has an initial duration of 4 years.
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.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2019/S 228-559692
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 November 2023
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 48 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
LLW Repository Ltd trading as Nuclear Waste Services
Pelham House
Calder Bridge
CA20 1DB
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/nuclear-waste-services/about
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
six.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.
six.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
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/nuclear-waste-services/about