Prior information notice

Information

Published

Date of dispatch of this notice: 16/07/2020

Expire date: 31/07/2020

External Reference: 2020-456135

TED Reference: 2020/S 138-340786

Prior information notice

Cached Version

Prior information notice

Services

Directive 2014/24/EU

This notice is for prior information only

Section I: Contracting authority

I.1)

Name and addresses

LLW Repository Ltd
5608448
Pelham House
Calderbridge
CA20 1DB
UK
Contact person: Joanne Makin
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=12756&B
Additional information can be obtained from
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

Waste Characterisation Services
II.1.2)

Main CPV code

90520000  -  Radioactive-, toxic-, medical- and hazardous waste services
II.1.3)

Type of contract

Services
II.1.4)

Short description

As part of its role as NDA’s Low Level Waste management contractor, LLWR is leading the implementation of the UK Strategy for the Management of Solid Low Level Radioactive Waste from the Nuclear Industry through the National Waste Programme for Lower Activity Wastes. The core objective is to implement the Waste Management Hierarchy to prolong the life of the Low Level Waste Repository.
At the heart of LLWR’s mission is the provision of services that provide alternative options to waste producers to preserve Repository capacity. The Waste Services Contract (WSC) allows Customers to access LLWR’s suite of Waste and Logistic Services.
The planned Waste Characterisation Services procurement is for a 4-year multi-supplier framework covering a range of radioactive waste characterisation needs. Suppliers will enter into the framework with LLWR. LLWR’s Customers can utilise the framework services via the WSC with LLWR (please refer to Section VI - Complementary Information for details).
II.1.5)

Estimated total value

Value excluding VAT: 15000000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

90520000  -  Radioactive-, toxic-, medical- and hazardous waste services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

This PIN is to initiate early engagement with the supply chain regarding the future Waste Characterisation Services procurement. This will help us to develop our strategy and scope.
LLWR's intention is to procure a framework agreement with 5 to 8 suppliers covering the following radioactive waste characterisation lifecycle requirements:
• Project management;
• Pre-operational investigations;
• On-site sampling operations;
• Packaging;
• Transport;
• Analysis;
• Interpretation, reporting and option identification;
• Measurement services;
• Sample retention and disposal.
For more information about the framework, and the opportunity to complete a questionnaire to provide feedback and notify your interest in bidding, please accept the CTM invitation. You can then access an information pack via the Documents area of CTM. Please note that completed questionnaires are required by midday on Friday 31st July 2020.
II.3)

Estimated date of publication of contract notice:

29/01/2021

Section IV: Procedure

IV.1)

Description

IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

Section VI: Complementary information

VI.3)

Additional information

The prospective Framework will be for use by organisations that either currently hold, or may in future enter into, a Waste Services Contract with LLWR. These organisations include private sector bodies, plus public sector bodies that fall into one or more of the 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.