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
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
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
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