Planning

Fleet Maintenance

  • LLW Repository Ltd

F01: Prior information notice (prior information only)

Notice identifier: 2022/S 000-013367

Procurement identifier (OCID): ocds-h6vhtk-033ad5

Published 18 May 2022, 3:01pm



Section one: Contracting authority

one.1) Name and addresses

LLW Repository Ltd

Calder Bridge

Seascale

CA20 1DB

Contact

Mary McCormick

Email

mary.mccormick@llwrsite.com

Telephone

+44 1946770317

Country

United Kingdom

NUTS code

UKD11 - West Cumbria

National registration number

5608448

Internet address(es)

Main address

https://www.gov.uk/government/case-studies/shared-services-alliance-ssa-for-nuclear-decommissioning-estate

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15867&B=SELLAFIELD

Additional information can be obtained from 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

Fleet Maintenance

Reference number

LLWR147

two.1.2) Main CPV code

  • 50111000 - Fleet management, repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

LLW Repository Ltd T/A Nuclear Waste Services is proceeding to re-procure the fleet maintenance contract which includes the following: • Routine maintenance of the types of equipment listed below (in line with our Computerised Maintenance Management System CMMS) • Carrying out repairs to the fleet as required (including responding to breakdowns) • Management of waste generated from breakdowns/ repairs and maintenance • Provision of spares for the transport fleet (critical spares to be held as stock on site) This is contract shall be for the LLW Repository Ltd site near Drigg Village in Cumbria, England

two.1.5) Estimated total value

Value excluding VAT: £950,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50111000 - Fleet management, repair and maintenance services
  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment
  • 50111110 - Vehicle-fleet-support services

two.2.3) Place of performance

NUTS codes
  • UKD11 - West Cumbria
  • UK - United Kingdom
Main site or place of performance

Drigg, Cumbria, England

two.2.4) Description of the procurement

Nuclear Waste Services (NWS) is a joint trading name of both LLW Repository Limited (LLWR) and Radioactive Waste Management Limited (RWM). NWS is a division of the Nuclear Decommissioning Authority (NDA) which includes RWM and LLWR. NWS is not a legal entity but provides strategic oversight over the operation and development of these businesses through a management board governance structure. Further information on NWS can be found at https://www.gov.uk/government/organisations/nuclear-waste-services/about NWS is proceeding to re-procure the fleet maintenance contract which includes the following: • Routine maintenance of the types of equipment listed below (in line with our Computerised Maintenance Management System CMMS) • Carrying out repairs to the fleet as required (including responding to breakdowns) • Management of waste generated from breakdowns/ repairs and maintenance • Provision of spares for the transport fleet (critical spares to be held as stock on site) This is contract shall be for the LLW Repository Ltd site near Drigg Village in Cumbria, England. Fleet Maintenance Contract Outline Scope

This requirement will be for a contract for a period of five years (3 years + 2 years).

The anticipated commencement date for the contract is currently 1st January 2023 and we intend to issue a Contract Notice following the Open procedure in the near future

The contractor will be required to provide a maintenance service to include the following elements:

• Routine maintenance of the types of equipment listed below.

The preventative maintenance schedule will be provided by Nuclear Waste Services and is generally based on 6 weekly, 12 weekly and 24 weekly maintenance processes. Where there is no bespoke maintenance schedule, the vehicle/equipment should be maintained in accordance with manufacturers’ guidelines.

• Unplanned Maintenance Services – corrective maintenance

Repairing a fault or problem which has been identified outside of the preventative maintenance schedule.

• Carrying out repairs to the fleet as required, including responding to breakdowns. Any breakdown repairs identified will be programmed and completed expediently to minimise down-time and impact to site operations.

• Management of waste generated from breakdowns/ repairs and Maintenance.

• Provision of spares for the transport fleet (critical spares to be held as stock on site) Critical or frequent use spares will be identified at the start of the contract and purchased and stocked at the Nuclear Waste Services Drigg site. The contractor will be responsible for ordering all spares on an ongoing basis. The contractor will also complete an obsolescence report on an annual basis for the entire transport fleet.

It is envisaged that there will be a requirement for the contractor to supply one technician to be based at our main site full time and they will also be required to provide the necessary equipment to enable them to carry out the maintenance activities.

• Example Manufacturers

Boss

Yale

JCB

Konecranes

Terberg

Citroen

Polaris Ranger

Trailmaster

King Trailers

Bryco Group Limited

Logic

New Holland

Western Global

HGI Generators

Chieftain

Snowex Salt Spreader

• Example types of equipment

Forklift Trucks – Konnecrane, Hyster & Boss from 52te to 1.5te

JCB 3 Tele-handler

Genie Lift

New Holland tractor

Tug Units

Trailers - Trailmaster and Skeletel

Citroen Vans

Polaris Ranger ATV

Mobile Tower Lights

Solar Mobile Tower Lights

Logic Salt Spreader

Diesel Bowser

Wastewater Bowser

Slurry Bowser

Mobile Generators

If you are interested in providing this service, we invite you to express your interest against this Prior Information Notice and provide a summary of your capabilities.

If you would be interested in a one-to-one discussion to assist in our review of the market capability, please provide your contact details.

two.2.14) Additional information

The publication of this Prior Information Notice (PIN) is not to be used as a means of calling for competition, but rather information gathering and research purposes.

two.3) Estimated date of publication of contract notice

15 September 2022


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes