Opportunity

Business & Technical Services Marketplace Dynamic Purchasing System

  • LLW Repository Ltd trading as Nuclear Waste Services
  • Nuclear Decommissioning Authority
  • Dounreay Site Restoration Limited
  • Magnox Limited
  • International Nuclear Services Ltd
Show 1 more buyer Show fewer buyers
  • Direct Rail Services Limited

F02: Contract notice

Notice reference: 2023/S 000-002230

Published 25 January 2023, 8:04am



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

Email

laura.mcclellan@nuclearwasteservices.uk

Country

United Kingdom

NUTS 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

Email

enquiries@nda.gov.uk

Country

United Kingdom

NUTS 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

Email

communications@dounreay.com

Country

United Kingdom

NUTS 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

Email

rachael.sheriff@magnoxsites.com

Country

United Kingdom

NUTS 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

Email

sales@ntsglobal.uk

Country

United Kingdom

NUTS 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

Email

sales.enquiry@ntsglobal.uk

Country

United Kingdom

NUTS 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

https://www.justice.gov.uk

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