Prior information notice

Information

Published

Expire date: 22/06/2022

External Reference: 2022-447797

Prior information notice

Prior information notice

Services

This notice is for prior information only

Section I: Contracting authority

I.1)

Name and addresses

LLW Repository Ltd
5608448
Calder Bridge
Seascale
CA20 1DB
UK
Contact person: Mary McCormick
Telephone: +44 1946770317
NUTS code:  UKD11 -  West Cumbria
Internet address(es):
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=15867&B=SELLAFIELD
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

Fleet Maintenance
Reference number:  LLWR147
II.1.2)

Main CPV code

50111000  -  Fleet management, repair and maintenance services
II.1.3)

Type of contract

Services
II.1.4)

Short description

LLW Repository Ltd T/A Nuclear Waste Services is proceeding to re-procure the fleet maintenance contract which includes the following: • Routine maintenance of the types of equipment listed below (in line with our Computerised Maintenance Management System CMMS) • Carrying out repairs to the fleet as required (including responding to breakdowns) • Management of waste generated from breakdowns/ repairs and maintenance • Provision of spares for the transport fleet (critical spares to be held as stock on site) This is contract shall be for the LLW Repository Ltd site near Drigg Village in Cumbria, England
II.1.5)

Estimated total value

Value excluding VAT: 950000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

50111000  -  Fleet management, repair and maintenance services
50100000  -  Repair, maintenance and associated services of vehicles and related equipment
50111110  -  Vehicle-fleet-support services
II.2.3)

Place of performance

NUTS code:  UKD11 -  West Cumbria
NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Drigg, Cumbria, England
II.2.4)

Description of the procurement

Nuclear Waste Services (NWS) is a joint trading name of both LLW Repository Limited (LLWR) and Radioactive Waste Management Limited (RWM). NWS is a division of the Nuclear Decommissioning Authority (NDA) which includes RWM and LLWR. NWS is not a legal entity but provides strategic oversight over the operation and development of these businesses through a management board governance structure. Further information on NWS can be found at https://www.gov.uk/government/organisations/nuclear-waste-services/about NWS is proceeding to re-procure the fleet maintenance contract which includes the following: • Routine maintenance of the types of equipment listed below (in line with our Computerised Maintenance Management System CMMS) • Carrying out repairs to the fleet as required (including responding to breakdowns) • Management of waste generated from breakdowns/ repairs and maintenance • Provision of spares for the transport fleet (critical spares to be held as stock on site) This is contract shall be for the LLW Repository Ltd site near Drigg Village in Cumbria, England. Fleet Maintenance Contract Outline Scope
This requirement will be for a contract for a period of five years (3 years + 2 years).
The anticipated commencement date for the contract is currently 1st January 2023 and we intend to issue a Contract Notice following the Open procedure in the near future
The contractor will be required to provide a maintenance service to include the following elements:
• Routine maintenance of the types of equipment listed below.
The preventative maintenance schedule will be provided by Nuclear Waste Services and is generally based on 6 weekly, 12 weekly and 24 weekly maintenance processes. Where there is no bespoke maintenance schedule, the vehicle/equipment should be maintained in accordance with manufacturers’ guidelines.
• Unplanned Maintenance Services – corrective maintenance
Repairing a fault or problem which has been identified outside of the preventative maintenance schedule.
• Carrying out repairs to the fleet as required, including responding to breakdowns. Any breakdown repairs identified will be programmed and completed expediently to minimise down-time and impact to site operations.
• Management of waste generated from breakdowns/ repairs and Maintenance.
• Provision of spares for the transport fleet (critical spares to be held as stock on site) Critical or frequent use spares will be identified at the start of the contract and purchased and stocked at the Nuclear Waste Services Drigg site. The contractor will be responsible for ordering all spares on an ongoing basis. The contractor will also complete an obsolescence report on an annual basis for the entire transport fleet.
It is envisaged that there will be a requirement for the contractor to supply one technician to be based at our main site full time and they will also be required to provide the necessary equipment to enable them to carry out the maintenance activities.
• Example Manufacturers
Boss
Yale
JCB
Konecranes
Terberg
Citroen
Polaris Ranger
Trailmaster
King Trailers
Bryco Group Limited
Logic
New Holland
Western Global
HGI Generators
Chieftain
Snowex Salt Spreader
• Example types of equipment
Forklift Trucks – Konnecrane, Hyster & Boss from 52te to 1.5te
JCB 3 Tele-handler
Genie Lift
New Holland tractor
Tug Units
Trailers - Trailmaster and Skeletel
Citroen Vans
Polaris Ranger ATV
Mobile Tower Lights
Solar Mobile Tower Lights
Logic Salt Spreader
Diesel Bowser
Wastewater Bowser
Slurry Bowser
Mobile Generators
If you are interested in providing this service, we invite you to express your interest against this Prior Information Notice and provide a summary of your capabilities.
If you would be interested in a one-to-one discussion to assist in our review of the market capability, please provide your contact details.
II.2.14)

Additional information

The publication of this Prior Information Notice (PIN) is not to be used as a means of calling for competition, but rather information gathering and research purposes.
II.3)

Estimated date of publication of contract notice:

15/09/2022

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