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@nuclearwasteservices.uk
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://atamis-2464.my.site.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://atamis-2464.my.site.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
Metallic Waste Treatment Services Framework
Reference number
C13220
two.1.2) Main CPV code
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
two.1.3) Type of contract
Services
two.1.4) Short description
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
Nuclear Waste Services (NWS), through its Waste Services line of business, provides a Metallic Waste Treatment Service (MWTS) to both NDA and non-NDA customers. The service was established with the primary aim of prolonging the life of the repository through diverting metallic waste away from disposal at the LLWR to treatment providers with the capability of processing the metallic waste to enable it to be recycled into new products or conditioned for optimised disposal. In line with the UK Government’s Solid LLW Strategy and the Waste Management Hierarchy, this provides a more sustainable solution and extends the life of the LLWR site by reducing the volume of waste requiring disposal.
two.1.5) Estimated total value
Value excluding VAT: £90,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
- 90521400 - Transport of radioactive waste
- 14630000 - Slag, dross, ferrous waste and scrap
- 90521500 - Packaging of radioactive waste
two.2.3) Place of performance
NUTS codes
- UKD1 - Cumbria
two.2.4) Description of the procurement
The procurement will deliver a contractual mechanism for the metallic waste treatment service. The current estimated maximum spend through the service is £90M, although the service will formally be a zero-value agreement, with no spend guaranteed.
The scope of the procurement is to manage the full metallic waste treatment lifecycle which could include the following:
· On-site works, de-planting activities, and waste preparation.
· Treatment of metallic waste in line with the waste management hierarchy and BAT.
· Management of Primary and Secondary Waste for onward recycling and/or disposal.
· Storage of metal pre and/or post treatment.
· Transport.
· Characterisation.
· Packaging Provision.
· Expert Support.
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: £90,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
12 August 2024
End date
11 August 2028
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
Organisations are invited to submit their ITT responses via NWS’s Atamis system (https://atamis-2464.my.site.com/s/Welcome), which can be accessed against Record Ref C13220 Metallic Waste Treatment Services Framework 2024 which is listed within the ‘Find Opportunities’ area on the portal.
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
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
N/A
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.2.2) Time limit for receipt of tenders or requests to participate
Date
10 November 2023
Local time
5:00pm
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
Tender must be valid until: 8 November 2024
four.2.7) Conditions for opening of tenders
Date
28 September 2023
Local time
4:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Royal Courts Of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice
six.4.2) Body responsible for mediation procedures
Royal Courts Of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice
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