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
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
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand
London
London
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 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
matthew.e.griffiths@nuclearwasteservices.uk
Country
United Kingdom