Contract award notice

Information

Published

Date of dispatch of this notice: 15/01/2021

External Reference: 2021-466669

TED Reference: 2021/S 013-029429

Contract award notice

Cached Version

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

LLW Repository Ltd
5608448
Calder Bridge
Seascale
CA201DB
UK
Contact person: Stuart Brierley
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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

Radioactive Metallic Waste Treatment Services Framework
Reference number:  LLWRP/1801619
II.1.2)

Main CPV code

90521000  -  Radioactive waste treatment services
II.1.3)

Type of contract

Services
II.1.4)

Short description

LLW Repository Ltd (LLWR) leads the delivery of the National Waste Programme (NWP) on behalf of the Nuclear Decommissioning Authority through the following activities:
• Implementing the radioactive waste hierarchy;
• Making best use of existing radioactive waste management assets;
• Meeting the need for new fit-for-purpose radioactive waste management routes.
LLWR has placed a framework agreement for Radioactive Metallic Waste Treatment Services.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  65000000.00  GBP
II.2)

Description

II.2.2)

Additional CPV code(s)

90521000  -  Radioactive waste treatment services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
LLWR Site Drigg Cumbria
II.2.4)

Description of the procurement

LLWR has placed a framework agreement to deliver radioactive metallic waste treatment and associated services largely consisting of:
• Waste Characterisation
• Waste Generation / Enabling Services
• Packaging
• Transport
• Receipt
• Storage
• Sorting and Size-Reduction
• Treatment
• Primary / Secondary Waste Management
• Service / Project Management
• Expert Support
The Framework will be managed by LLWR. Organisations can access the Framework services via a Waste Services Contract (WSC) with LLWR. These organisations that either currently hold, or may in future enter into, a WSC with LLWR, 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.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Service Proposals  /  Weighting:  35
Quality criterion  -  Name:  Managing & Improving Delivery  /  Weighting:  35
Price  -  Weighting:  30
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

The framework value is an estimate only and no guarantee can be given regarding the value or volume of work.

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
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 209-510762

Section V: Award of contract

Contract No: 1

Title: Radioactive Metallic Waste Treatment Services Framework

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

18/10/2020
V.2.2)

Information about tenders

Number of tenders received:  6
Number of tenders received from SMEs:  1
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

The Active Collection Bureau Ltd (Subject To Contract)
Socorro House Liphook Way, 20/20 Business Park, Maidstone
Kent
ME160LQ
UK
NUTS code:  UK -  UNITED KINGDOM

The contractor is an SME : yes
Augean Treatment Ltd
4 Rudgate Court, Walton, Wetherby
West Yorkshire
LS237BF
UK
NUTS code:  UK -  UNITED KINGDOM

The contractor is an SME : no
Cyclife UK Ltd
1 Joseph Noble Road, Lillyhall Industrial Estate, Workington
Cumbria
CA144JX
UK
NUTS code:  UK -  UNITED KINGDOM

The contractor is an SME : no
Tradebe Inutec Ltd
Atlas House, Third Avenue, Globe Business Park, Marlow,
Buckinghamshire
SL71EY
UK
NUTS code:  UK -  UNITED KINGDOM

The contractor is an SME : no
Urenco Nuclear Stewardship Ltd
Capenhurst Works, Capenhurst, Chester,
Cheshire
CH16ER
UK
NUTS code:  UK -  UNITED KINGDOM

The contractor is an SME : no
Springfield Fuels Ltd
Springfields, Salwick, Preston
Lancashire
PR40XJ
UK
NUTS code:  UK -  UNITED KINGDOM

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  65000000.00  GBP

Section VI: Complementary information

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
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. 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.
VI.4.4)

Service from which information about the review procedure may be obtained

LLW Repository Ltd
Calderbridge
CA201DB
UK