Tender

Road Transport Services for Radioactive Waste

  • LLW Repository Ltd trading as Nuclear Waste Services
  • Direct Rail Services Limited
  • International Nuclear Services Limited

F02: Contract notice

Notice identifier: 2023/S 000-005389

Procurement identifier (OCID): ocds-h6vhtk-03374f

Published 23 February 2023, 9:40am



Section one: Contracting authority

one.1) Name and addresses

LLW Repository Ltd trading as Nuclear Waste Services

Pelham House

Calder Bridge

CA20 1DB

Contact

Charlene Bainbridge

Email

Charlene.bainbridge@llwrsite.com

Telephone

+44 1946722743

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

Direct Rail Services Limited

Regents Court, Baron Way

Carlisle

CA6 4SJ

Email

communications@ntsglobal.uk

Country

United Kingdom

Region code

UKD1 - Cumbria

Internet address(es)

Main address

https://www.directrailservices.com/

Buyer's address

https://www.directrailservices.com/

one.1) Name and addresses

International Nuclear Services Limited

Hinton House, Risley

Warrington

WA3 6GR

Email

sales@ntsglobal.uk

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.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

Road Transport Services for Radioactive Waste

two.1.2) Main CPV code

  • 90521410 - Transportation of low level nuclear waste

two.1.3) Type of contract

Services

two.1.4) Short description

At the heart of LLW Repository Ltd trading as Nuclear Waste Services’ mission is the provision of treatment and disposal services that provide alternative options to waste producers to preserve capacity at the LLWR site. The Road Transport DPS is an enabling service that supports our customers in carrying out these services.

The Contracting Authorities who may directly procure via the DPS are: LLWR t/a Nuclear Waste Services and Nuclear Transport Solutions (joint trading name of International Nuclear Services (company number 01144352), Direct Rail Services Ltd (company number 03020822) and Pacific Nuclear Transport Ltd (company number 01228109)). Other entities that either currently hold, or may in future enter into, a waste services contract (or successor arrangement) with the Contracting Authority may utilise services provided via the DPS as customers of the Contracting Authority (see Section VI Complementary Information).

two.1.5) Estimated total value

Value excluding VAT: £25,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 60100000 - Road transport services
  • 90521400 - Transport of radioactive waste
  • 90521100 - Collection of radioactive waste

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The purpose of the scope is for the contractors to provide the Contracting Authority with a Radioactive Waste Road Transport Service inclusive of ocean freight management to support logistics services associated with the UK Nuclear Industry.

The total estimated value of the 10-year DPS is £25m, although no guarantee is given as to the value or volume of work that may be placed through the arrangement.

The Contracting Authority will procure Road Transport Service Providers through a DPS and will conduct a Call for Competition to all Suppliers within the DPS. The Contracting Authority will accept the most economically advantageous tender submission, in accordance with the applicable weightings set out below or which will be formulated more precisely within the Call for Competition documents.

1)Non Standard Services – Evaluation of Tender submission and Acceptance of Tender

Each time the Contracting Authority runs a Call for Competition for Non Standard Services the acceptance of any tender submission, and award of contract, will be based on both Technical and Commercial considerations as identified below.
• Technical – (Weighting range 70%-30%). Potential Evaluation Sub Criteria: Service proposals, People & capability to perform the proposed Task, Risk management, Schedule
• Commercial – (Weighting range 30% - 70%). Potential Evaluation Sub Criteria: Price, Commercial considerations, Social Value

Where a proposed Contract involves a high degree of Technical complexity, a greater relative weighting for Technical criteria will be applied. These will be formulated more precisely within the Call for Competition for non-standard work packages issued through the relevant electronic system. Where proposed scope is more routine and has a low degree of complexity, a greater relative weighting for Commercial criteria will be applied.

2) Standard Services – Award Criteria
For Calls for Competition that relate only to standard services, the Technical evaluation for Calls for Competition issued through the relevant electronic system will be in the form of pass/fail questions.
Suppliers that achieve a pass on the technical questions will then be assessed commercially. The Supplier offering the lowest technically compliant price will be awarded the contract.

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: £25,000,000

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

Start date

31 March 2023

End date

31 March 2033

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

Please refer to the information pack provided to qualify for the DPS.


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

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

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: 2022/S 000-012465

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

Date

31 March 2033

Local time

12:00am

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: 120 (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 invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Customer organisations include private sector bodies plus public sector bodies that fall into one or more of the following categories. Such organisations may utilise the DPS via a Waste Services Contract (or successor arrangement) with the Contracting Authority.
1) Any of the following and their future successors:
(a) ministerial government departments;
(b) Non-ministerial government departments;
(c) executive agencies of government;
(d) Non-Departmental Public Bodies (NDPBs), including advisory NDPBs, executive NDPBs, and tribunal NDPBs;
(e) Assembly Sponsored Public Bodies (ASPBs);
(f) police forces;
(g) fire and rescue services;
(h) ambulance services;
(i) maritime and coastguard agency services;
(j) NHS bodies;
(k) educational bodies or establishments including state schools (nursery schools, primary schools, middle or high schools, secondary schools, special schools), academies, colleges, Pupil Referral Unit (PRU), further education colleges and universities;
(l) hospices;
(m) national parks;
(n) housing associations, including registered social landlords;
(o) third sector and charities;
(p) citizens advice bodies;
(q) councils, including county councils, district councils, county borough councils, community councils, London borough councils, unitary councils, metropolitan councils, parish councils;
(r) public corporations;
(s) public financial bodies or institutions;
(t) public pension funds;
(u) central banks; and
(v) civil service bodies, including public sector buying organisations.

2) Those listed and maintained by the Government on their website at https://www.gov.uk/government/organisations or any replacement or updated web-link.
3) Those listed and maintained by the Office of National Statistics (ONS) at https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide or any replacement or updated web-link.4) Those bodies in England, Wales or Northern Ireland which are within the scope of the definition of ‘Contracting Authority’ in regulation 2(1) of the Public Contracts Regulations 2015 (PCR) and/or Schedule 1 PCR.

six.4) Procedures for review

six.4.1) Review body

High Court

Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.justice.gov.uk

six.4.2) Body responsible for mediation procedures

High Court

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

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 requirement 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