Contract

Metallic Waste Treatment Services Framework 2024

  • Nuclear Waste Services Limited

F03: Contract award notice

Notice identifier: 2024/S 000-040602

Procurement identifier (OCID): ocds-h6vhtk-040627

Published 17 December 2024, 1:51pm



Section one: Contracting authority

one.1) Name and addresses

Nuclear Waste Services Limited

Pelham House, Pelham Drive,

Calderbridge, Seascale

CA20 1DB

Contact

Charlene Bainbridge

Email

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

www.acb.co.uk

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

www.urenco.com

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

https://www.cyclife-edf.com

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

www.tradebe.co.uk

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

www.westinghousenuclear.com

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

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.4.3) 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