Contract notice

Information

Published

Date of dispatch of this notice: 22/11/2019

Expire date: 21/11/2022

External Reference: 2019-474513

TED Reference: 2019/S 228-559692

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

LLW Repository Ltd
5608448
Pelham House
Calderbridge
CA20 1DB
UK
Contact person: Victoria Kay
Telephone: +44 1946724822
Internet address(es):
Direct Rail Services
Carlisle
CA6 4SJ
UK
Internet address(es):
Dounreay Site Restoration Ltd
Thurso
KW147TZ
UK
Internet address(es):
International Nuclear Services
Warrington
WA36GR
UK
Internet address(es):
Magnox Ltd
Thornbury
BS351RQ
UK
Internet address(es):
National Nuclear Laboratory
Warrington
WA36AE
UK
Internet address(es):
Nuclear Decommissioning Authority
Whitehaven
CA243HU
UK
Internet address(es):
Radioactive Waste Management
Didcot
OX110GD
UK
Internet address(es):
Sellafield Ltd
Whitehaven
CA201PG
UK
Internet address(es):
I.2)

Joint procurement

The contract involves joint procurement
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=12085&B=SELLAFIELD
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned 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

Business & Technical Services Marketplace Dynamic Purchasing System
II.1.2)

Main CPV code

79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
II.1.3)

Type of contract

Services
II.1.4)

Short description

LLW Repository Ltd (LLWR) is creating a Business & Technical Services (BATS) Marketplace Dynamic Purchasing System (DPS) which will be open for use by LLWR, Direct Rail Services Ltd, Dounreay Site Restoration Ltd, International Nuclear Services, National Nuclear Laboratory, Nuclear Decommissioning Authority, Magnox, Radioactive Waste Management and Sellafield (the Participating Entities).
The purpose of the BATS Marketplace DPS is to access a greater breadth of capable supply chain organisations to utilise commonly used business and technical service solutions. The BATS DPS covers professional labour services associated with work packages in support of business delivery.
II.1.5)

Estimated total value

Value excluding VAT: 75000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.4)

Description of the procurement

The BATS Marketplace DPS has 13 categories:
1. Business (Change Management / Business Cases / Technical Authors);
2. Commercial (Sourcing / Claims / Quantity Surveying);
3. Full Lifecycle Design & Engineering Services;
4. Environment (Advice / Consultancy / Ecology);
5. Finance (Advice / Taxation / Auditing);
6. Health & Safety (Advice / Consultancy / Specialists);
7. Human Resources (Recruitment / Training / Facilitation);
8. Legal (Advice / Corporate / Contract / Employment / Planning);
9. Portfolio, Programme & Project Management;
10. Programme Controls (Planning / Estimating / Cost / Risk Management);
11. Public Affairs Support (Photos / Reprographics / Marketing / Comms / Events);
12. Quality and Assurance (Assurance / Process Improvements / Management System);
13. Security (Advice / Consultancy / Specialists)
Candidates can apply for pre-qualification against one or more categories to gain access to award stage work packages. Please note that pre-qualification remains open and live for the duration of the DPS, therefore a pre-qualification response can be submitted at any time.
Please use the Complete Tender Management (CTM) system via the following link to view the opportunity: https://sharedsystems.eu-supply.com/
Please look for the following CTM reference numbers:
1. Business - 11706;
2. Commercial – 11707;
3. Full Lifecycle Design & Engineering Services - 11708;
4. Environment - 11709;
5. Finance - 11710;
6. Health & Safety - 11711;
7. Human Resources - 11712;
8. Legal - 11713;
9. Portfolio, Programme & Project Management - 11714;
10. Programme Controls - 11715;
11. Public Affairs Support - 11716;
12. Quality and Assurance - 11717;
13. Security - 11719.
Note that the value provided in Section II.1.5) is only an estimate and no guarantee of value or volume of work through the DPS can be offered.
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: 75000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The Participating Entities named in this contract notice may enter into a contract with a supplier for a period of their determining which may exceed the 4-year duration of the DPS, should this agreement be terminated at any time. The flexibility of the contracting period allows participating entities to determine appropriate contracting timelines for their delivery needs.
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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Candidates will be assessed on their response to the selection criteria in their request to participate for a place on the BATS Marketplace DPS.
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
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system
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:  21/11/2023
Local time:  00:00
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

Duration in months : 48  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

LLW Repository Ltd
Calderbridge
CA201DB
UK

VI.4.2)

Body responsible for mediation procedures

Royal Courts of Justice
Strand
London
UK
Internet address: http://www.justice.gov.uk

VI.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.
VI.4.4)

Service from which information about the review procedure may be obtained

LLW Repository Ltd
Calderbridge
CA201DB
UK