Contract

Treatment & Conditioning Services Framework

  • LLW Repository Ltd t/a Nuclear Waste Services

F03: Contract award notice

Notice identifier: 2022/S 000-019216

Procurement identifier (OCID): ocds-h6vhtk-029eb7

Published 13 July 2022, 5:01pm



Section one: Contracting authority

one.1) Name and addresses

LLW Repository Ltd t/a Nuclear Waste Services

Pelham House, Pelham Drive, Calderbridge

Seascale

CA20 1DB

Contact

Matthew Griffiths

Email

matthew.e.griffiths@nuclearwasteservices.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

05608448

Internet address(es)

Main address

https://www.gov.uk/government/organisations/nuclear-waste-services

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Treatment & Conditioning Services Framework

Reference number

LLWRP2021-ja11128

two.1.2) Main CPV code

  • 90521000 - Radioactive waste treatment services

two.1.3) Type of contract

Services

two.1.4) Short description

This contract relates to the Treatment & Conditioning Services Framework. The estimated value is £41m over 4 years, although the agreement is formally zero-value with no spend guaranteed.

The Framework can only be accessed via LLW Repository Ltd trading as Nuclear Waste Services (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 Section VI Complementary Information.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £41,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 90521100 - Collection of radioactive waste
  • 90521200 - Radioactive waste storage services
  • 90521300 - Disposal of radioactive waste
  • 90521400 - Transport of radioactive waste
  • 90521500 - Packaging of radioactive waste

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Framework will support the delivery of the National Waste Programme by providing the Contracting Authority and its Customers access to a supply chain for treatment and conditioning of radioactive waste. This includes but is not limited to soft/solid combustible/compactable wastes through to oils, liquids, resins etc. and covering activity levels ranging from lower activity low level waste up to boundary waste and beyond including radioactively contaminated chemical and hazardous wastes.

two.2.5) Award criteria

Quality criterion - Name: Waste Lifecycle / Weighting: 30

Quality criterion - Name: Critical Success Factors / Weighting: 10

Quality criterion - Name: Management of Service / Weighting: 10

Quality criterion - Name: Risk and Opportunity / Weighting: 10

Quality criterion - Name: Continual Improvement / Weighting: 5

Quality criterion - Name: Environmental / Weighting: 5

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 20

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


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

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: 2021/S 000-025766


Section five. Award of contract

Contract No

1

Title

Treatment & Conditioning Services Framework

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

13 July 2022

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 3

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

INUTEC LIMITED

Atlas House Third Avenue, Globe Park

Marlow

SL7 1EY

Country

United Kingdom

NUTS code
  • UKJ13 - Buckinghamshire CC
National registration number

04433890

The contractor is an SME

No

five.2.3) Name and address of the contractor

VEOLIA ES (UK) LIMITED

210 Pentonville Road

London

N1 9JY

Country

United Kingdom

NUTS code
  • UKI - London
National registration number

02481991

The contractor is an SME

No

five.2.3) Name and address of the contractor

Perma-Fix Environmental Services Incorporated (subject to contract)

Suite 250 of Building no.8302 Dunwoody Place

Atlanta, Georgia

30350

Country

United States

NUTS code
  • US - United States
National registration number

792117681

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £41,000,000

Total value of the contract/lot: £41,000,000


Section six. Complementary information

six.3) Additional information

Public sector bodies that fall into one or more of the following categories may utilise the Framework via a Waste Services Contract with Nuclear Waste Services:

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

Royal Courts of Justice

Strand

London

London

Country

United Kingdom

Internet address

http://www.justice.gov.uk

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

London

London

Country

United Kingdom

Internet address

http://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 requirements 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. In accordance with the Public Contracts Regulations 2015, the Contracting Authority will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.

six.4.4) Service from which information about the review procedure may be obtained

LLW Repository Ltd t/a Nuclear Waste Services

Pelham House, Pelham Drive, Calderbridge

Seascale

CA20 1DB

Email

matthew.e.griffiths@nuclearwasteservices.uk

Country

United Kingdom