Tender

Waste Container and Associated Services Framework

  • LLW Repository Ltd trading as Nuclear Waste Services

F02: Contract notice

Notice identifier: 2024/S 000-002886

Procurement identifier (OCID): ocds-h6vhtk-043550

Published 29 January 2024, 11:30am



The closing date and time has been changed to:

25 March 2024, 5:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

LLW Repository Ltd trading as Nuclear Waste Services

Pelham House

Calder Bridge

CA20 1DB

Contact

Gemma Laurie

Email

gemma.l.laurie@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.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 above-mentioned address

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

Waste Container and Associated Services Framework

Reference number

C16719

two.1.2) Main CPV code

  • 90521500 - Packaging of radioactive waste

two.1.3) Type of contract

Services

two.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.

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.
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.

two.1.5) Estimated total value

Value excluding VAT: £14,700,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90521510 - Packaging of low level nuclear waste

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria

two.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

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.
The scope of the new framework is to undertake the following:

Lot 1: Transportable ISO Freight Waste Containers (and associated equipment)

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

Lot 3: The supply and distribution of Soft Sided Packages (SSP’s) for use as a single transport disposal package

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

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: £14,700,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

7 September 2024

End date

6 September 2028

This contract is subject to renewal

No

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

two.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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

n/a

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.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

11 March 2024

Local time

5:00pm

Changed to:

Date

25 March 2024

Local time

5:00pm

See the change notice.

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

Tender must be valid until: 11 March 2025

four.2.7) Conditions for opening of tenders

Date

29 January 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Royal Courts Of Justice

Strand

London

WC2A 2LL

Email

RCJ.DCO@justice.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice

six.4.2) Body responsible for mediation procedures

Royal Courts Of Justice

Strand

London

WC2A 2LL

Email

RCJ.DCO@justice.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice

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