Construction Tenders

Tue May 21 2024

Related Information

Construction Contract Leads

North West

Category Services

Type

No. of Lots 1

Status Active

Published 29th Jan 2024

Tender Details
Referenceocds-h6vhtk-043550
Common Procurement VocabularyPackaging of radioactive waste
Procurement MethodOpen procedure
Value£14,700,000
More Tenders »

North West

Category Services

Type

No. of Lots 1

Status Active

Published 29th Jan 2024

Tender Details
Referenceocds-h6vhtk-043550
Common Procurement VocabularyPackaging of radioactive waste
Procurement MethodOpen procedure
Value£14,700,000

Section I: Contracting authority

I.1) Name and addresses

LLW Repository Ltd trading as Nuclear Waste Services

Pelham House

Calder Bridge

CA20 1DB

Contact

Gemma Laurie

Email

gemma.l.laurie [at] nuclearwasteservices.uk

Country

United Kingdom

NUTS 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

I.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 to the above-mentioned address

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other activity

Nuclear Decommissioning


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Waste Container and Associated Services Framework

Reference number

C16719

II.1.2) Main CPV code

  • 90521500 - Packaging of radioactive waste

II.1.3) Type of contract

Services

II.1.4) Short description

LLW Repository Ltd trading as Nuclear Waste Services (NWS) is a UK nuclear waste management company that provides services to UK customers to treat and dispose of low level radioactive waste. On behalf of the UK‘s Nuclear Decommissioning Authority, we manage the national low level waste repository in West Cumbria and oversee a national low level waste programme to ensure that lower activity radioactive waste is managed effectively across the UK.

NWS has a scope of work to procure a 4-year framework agreement, divided into 4 lots, for the provision of waste containers and associated services on behalf of our customers.
The proposed Framework may be accessed via 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 the Customer List document in Atamis.

II.1.5) Estimated total value

Value excluding VAT: £14,700,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 90521510 - Packaging of low level nuclear waste

II.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria

II.2.4) Description of the procurement

The Requirement is for the provision of a fit-for-purpose, cost effective service providing access to different waste container types (Containers, UN Drums, Soft Sided Packages, NOVAPAKS), and associated services for all NWS customers with a Waste Services Contract

The procurement project will deliver a 4-year multi-lot framework agreement. The current estimated maximum spend through the overall framework is £14,700,000 GBP, although the framework is formally a zero-value agreement, with no spend guaranteed. The potential framework value is forecast to meet the demands of the joint waste management plans between NWS and its Customers, the delivery of a framework that meets customer requirements in terms of cost, quality and schedule is key to the success of the framework.
The scope of the new framework is to undertake the following:

Lot 1: Transportable ISO Freight Waste Containers (and associated equipment)

Lot 2: Manufacturing UN Approved Transportable Waste Drums, design, supply and distribution of specific UN Approved drums for the transport of solid and liquid materials

Lot 3: The supply and distribution of Soft Sided Packages (SSP’s) for use as a single transport disposal package

Lot 4: NOVAPAK spares and repairs - to manage and distribute a stock of strategic spares, provide capability to carry out repairs to the NOVAPAK fleet and provide a maintenance contingency for the NOVAPAK fleet

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £14,700,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

7 September 2024

End date

6 September 2028

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.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 C16719 Waste Container and Associated Services Framework which is listed within the ‘Find Opportunities’ area on the portal.


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.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

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

11 March 2024

Local time

5:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 11 March 2025

IV.2.7) Conditions for opening of tenders

Date

29 January 2024

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts Of Justice

Strand

London

WC2A 2LL

Email

RCJ.DCO [at] justice.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice

VI.4.2) Body responsible for mediation procedures

Royal Courts Of Justice

Strand

London

WC2A 2LL

Email

RCJ.DCO [at] justice.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice

VI.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