Contract award notice

Information

Published

External Reference: 2022-431263

Contract award notice

Contract award notice

Results of the procurement procedure

Section I: Contracting authority

I.1)

Name and addresses

LLW Repository Ltd t/a Nuclear Waste Services
05608448
Pelham House, Pelham Drive, Calderbridge
Seascale
CA20 1DB
UK
Contact person: Matthew Griffiths
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

Treatment & Conditioning Services Framework
Reference number:  LLWRP2021-ja11128
II.1.2)

Main CPV code

90521000  -  Radioactive waste treatment services
II.1.3)

Type of contract

Services
II.1.4)

Short description

This contract relates to the Treatment & Conditioning Services Framework. The estimated value is £41m over 4 years, although the agreement is formally zero-value with no spend guaranteed.
The Framework can only be accessed via LLW Repository Ltd trading as Nuclear Waste Services (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 Section VI Complementary Information.
II.1.6)

Information about lots

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

Total value of the procurement

Value excluding VAT:  41000000.00  GBP
II.2)

Description

II.2.2)

Additional CPV code(s)

90521100  -  Collection of radioactive waste
90521200  -  Radioactive waste storage services
90521300  -  Disposal of radioactive waste
90521400  -  Transport of radioactive waste
90521500  -  Packaging of radioactive waste
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

This Framework will support the delivery of the National Waste Programme by providing the Contracting Authority and its Customers access to a supply chain for treatment and conditioning of radioactive waste. This includes but is not limited to soft/solid combustible/compactable wastes through to oils, liquids, resins etc. and covering activity levels ranging from lower activity low level waste up to boundary waste and beyond including radioactively contaminated chemical and hazardous wastes.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Waste Lifecycle  /  Weighting:  30
Quality criterion  -  Name:  Critical Success Factors  /  Weighting:  10
Quality criterion  -  Name:  Management of Service  /  Weighting:  10
Quality criterion  -  Name:  Risk and Opportunity  /  Weighting:  10
Quality criterion  -  Name:  Continual Improvement  /  Weighting:  5
Quality criterion  -  Name:  Environmental  /  Weighting:  5
Quality criterion  -  Name:  Social Value  /  Weighting:  10
Price  -  Weighting:  20
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 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 FTS: 2021/S 000-025766

Section V: Award of contract

Contract No: 1

Title: Treatment & Conditioning Services Framework

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

Award of contract

V.2.1)

Date of conclusion of the contract

13/07/2022
V.2.2)

Information about tenders

Number of tenders received:  3
Number of tenders received from SMEs:  0
Number of tenders received from tenderers from EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  3
Number of tenders received by electronic means:  3
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

INUTEC LIMITED
04433890
Atlas House Third Avenue, Globe Park
Marlow
SL7 1EY
UK
NUTS code:  UKJ13 -  Buckinghamshire CC

The contractor is an SME : no
VEOLIA ES (UK) LIMITED
02481991
210 Pentonville Road
London
N1 9JY
UK
NUTS code:  UKI -  LONDON

The contractor is an SME : no
Perma-Fix Environmental Services Incorporated (subject to contract)
792117681
Suite 250 of Building no.8302 Dunwoody Place
Atlanta, Georgia
30350
US
NUTS code:  US -  United States

The contractor is an SME : no
V.2.4)

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

Initial estimated total value of the contract/lot:  41000000.00  GBP
Total value of the contract/lot:  41000000.00  GBP

Section VI: Complementary information

VI.3)

Additional information

Public sector bodies that fall into one or more of the following categories may utilise the Framework via a Waste Services Contract with Nuclear Waste Services:
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.
VI.4)

Procedures for review

VI.4.1)

Review body

Royal Courts of Justice
Strand
London
London
UK
Internet address: http://www.justice.gov.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: 
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 t/a Nuclear Waste Services
Pelham House, Pelham Drive, Calderbridge
Seascale
CA20 1DB
UK