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
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
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
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
six.4.2) Body responsible for mediation procedures
High Court
Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
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