Tender

Metallic Waste Treatment Services Framework

  • LLW Repository Ltd trading as Nuclear Waste Services

F02: Contract notice

Notice identifier: 2023/S 000-028664

Procurement identifier (OCID): ocds-h6vhtk-040627

Published 28 September 2023, 3:39pm



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

Email

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

Email

RCJ.DCO@justice.gov.uk

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

Email

RCJ.DCO@justice.gov.uk

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