Section one: Contracting authority
one.1) Name and addresses
Nuclear Waste Services Limited
Pelham House, Pelham Drive,
Calderbridge, Seascale
CA20 1DB
Contact
Charlene Bainbridge
charlene.bainbridge@nuclearwasteservices.uk
Country
United Kingdom
Region code
UKD1 - Cumbria
National registration number
05608448
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.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
Metallic Waste Treatment Services Framework 2024
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), 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 site 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.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £95,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 14630000 - Slag, dross, ferrous waste and scrap
- 90521500 - Packaging of radioactive waste
- 90521400 - Transport of radioactive waste
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
two.2.3) Place of performance
NUTS codes
- UKD1 - Cumbria
Main site or place of performance
Old Shore Road, Holmrook, Cumbria, CA19 1XP
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 £95M, 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.
The framework will be for use by organisations that either currently hold, or may in future enter into, a Waste Services Contract with NWS. These organisations that either currently hold, or may in future enter into, a Waste Services Contract with NWS, include private sector bodies, plus public sector bodies that fall into one or more of the following categories:
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.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 70%
Quality criterion - Name: Social Value & Carbon / 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
two.2.14) Additional information
The framework value is an estimate only and no guarantee can be given regarding the value or volume of work.
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: 2023/S 000-028664
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 November 2024
five.2.2) Information about tenders
Number of tenders received: 6
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: 0
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Augean South Ltd
4 Rudgate Court, Walton, Wetherby, West Yorkshire
Wetherby
LS23 7BF
Country
United Kingdom
NUTS code
- UKE4 - West Yorkshire
National registration number
04636789
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £95,000,000
Lowest offer: £95,000,000 / Highest offer: £95,000,000 taken into consideration
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 November 2024
five.2.2) Information about tenders
Number of tenders received: 6
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: 0
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
The Active Collection Bureau Limited
Socorro House, Liphook Way, 20/20 Business Park, Maidstone, Kent
Maidstone
ME16 0LQ
Country
United Kingdom
NUTS code
- UKJ4 - Kent
National registration number
03464973
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £95,000,000
Lowest offer: £95,000,000 / Highest offer: £95,000,000 taken into consideration
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 November 2024
five.2.2) Information about tenders
Number of tenders received: 6
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: 0
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Urenco Nuclear Stewardship
Capenhurst, Chester, Cheshire, CH1 6ER
Chester
CH1 6ER
Country
United Kingdom
NUTS code
- UKD6 - Cheshire
National registration number
04113197
Internet address
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: £95,000,000
Lowest offer: £95,000,000 / Highest offer: £95,000,000 taken into consideration
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 November 2024
five.2.2) Information about tenders
Number of tenders received: 6
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: 0
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Cyclife UK
1 Joseph Noble Road, Lillyhall Industrial Estate Workington, Cumbria,
Workington
CA14 4JX
Country
United Kingdom
NUTS code
- UKD1 - Cumbria
National registration number
04772229
Internet address
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: £95,000,000
Lowest offer: £95,000,000 / Highest offer: £95,000,000 taken into consideration
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 November 2024
five.2.2) Information about tenders
Number of tenders received: 6
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: 0
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Tradebe Inutec
Atlas House, Third Avenue, Globe Business Park, Marlow, Buckinghamshire, SL7 1EY
Marlow
SL7 1EY
Country
United Kingdom
NUTS code
- UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
National registration number
04433890
Internet address
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: £95,000,000
Lowest offer: £95,000,000 / Highest offer: £95,000,000 taken into consideration
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 November 2024
five.2.2) Information about tenders
Number of tenders received: 6
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: 0
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Springfields Fuels Limited
Salwick, Preston, Lancashire, PR4 0XJ
Preston
PR4 0XJ
Country
United Kingdom
NUTS code
- UKD4 - Lancashire
National registration number
03857770
Internet address
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: £95,000,000
Lowest offer: £95,000,000 / Highest offer: £95,000,000 taken into consideration
Section six. Complementary information
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.4.3) Review procedure
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
Nuclear Waste Services Limited
Pelham House, Pelham Drive,
Calderbridge, Seascale
CA20 1DB
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/nuclear-waste-services/about