
Market Leads & Opportunities
United Kingdom-Seascale: Packaging of low level nuclear waste
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (15/S 223-405945/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU
Award criteria: Most economic bid
Type of bid required: Global bid
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
LLW Repository Ltd
Cumbria, Pelham House
Seascale
Postal code: CA20 1DB
United Kingdom
For the attention of: Tom Crowe
Phone: +44 1946770239
Email: tom.crowe@llwrsite.com
Address of the buyer profile:
Electronic access to information:
Electronic submission of tenders and requests to participate:
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2) Type of the contracting authority:
Body governed by public law
I.3) Main activity:
OTHER: low level radioactive waste management services
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Please see Section VI
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
Packaging and Associated Services.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Main site or location of works, place of delivery or of performance: Cumbria.
Nuts code: UK
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
The notice involves the establishment of a framework agreement:
II.1.4) Information on framework agreement:
Framework agreement with several operators
Duration of the framework agreement in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 15 000 000 GBP
II.1.5) Short description of the specific contract:
LLW Repository Ltd (LLWR) is a UK nuclear waste management company that provides services to UK customers to treat and dispose of low level radioactive waste. On behalf of the UK‘s Nuclear Decommissioning Authority, we manage the national Low Level Waste Repository in West Cumbria and oversee a national Low Level Waste programme to ensure that lower activity radioactive waste is managed effectively across the UK.
LLWR’s customers include nuclear decommissioning and power companies, defence sites, the healthcare sector, research establishments and other industries within the UK. Our waste services help customers manage their lower activity radioactive waste efficiently to reduce disposal volumes and preserve capacity at the Low Level Waste Repository. Customers can access a wide range of treatment and disposal services to ensure waste is managed safely and effectively. More information about LLWR can be found via our website: www.llwrsite.com
LLWR intends to procure a 4-year framework agreement, divided into 3 lots, for the provision of Packaging and Associated Services for Radioactive Wastes on behalf of our customers.
II.1.6) Common procurement vocabulary (CPV): 90521510
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): NO
II.1.8) Lots:
The contract is divided into lots: Yes. Tenders may be submitted for all lots
II.1.9) Information about variants:
Variants will be accepted: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
Provision of Packaging and Associated Services for Radioactive Wastes.
Estimated value excluding VAT:
15 000 000 GBP
II.2.2) Information about options:
Options:no
II.2.3) Information about renewals:
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion:
Duration in months: 048 (from the award of the contract)
Information about lots
Lot No: 1; Lot title: IP-2 ISO Containers and Associated Equipment Manufacture, Refurbishment, Design Support and Spares Supply and Distribution
1) Short description: Manufacture of ISO Containers and associated equipment, for both existing designs and any new future variants. The scope also includes minor repairs and refurbishment of a small number of units as required and a design support service to enable existing package designs to be modified. The supplier may also be required to produce or procure parts in accordance with item stock levels as required by LLWR and place in controlled storage. In addition, the supplier may need to implement a system to process spares requests from LLWR, and manage the selection, packing and distribution of the spares to LLWR customers, on primarily a national basis but occasionally internationally.
2) Common procurement vocabulary (CPV): 90521510
3) Quantity or scope:
Estimated value excluding VAT: 12 000 000GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Lot No: 2; Lot title: UN Approved Drums
1) Short description: The primary element of this scope is the supply of 1A2 210 Litre Steel (UN approved) Drums, tested for the transport of solids and liquids (of packing group II or above) meeting specific criteria in quantities of approximately 8 000 Drums per year.The secondary element of this scope is for the supply of other standard UN approved drums of varying designs, dimensions and capacity in unconfirmed quantities. For example Steel Drums of +/- 210 litres, Fibreboard Drums, and Plastic Drums. If the supplier does not manufacture any of these designs they shall procure the sales of the goods to LLWR and be responsible to ensure the goods specification and the goods information is complied with.
2) Common procurement vocabulary (CPV): 90521510
3) Quantity or scope:
Estimated value excluding VAT: 800 000GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Lot No: 3; Lot title: Soft-Sided Packages
1) Short description: Element 1 of this Lot is for the supply of a specially designed (nominally 1 m”) Soft Sided Package (SSP), meeting the specific design criteria to enable it to be transported in the LLWR TC11 (Transport Package System). This SSP is required to be tested and approved as UN approved Flexible Intermediate Bulk Container (FIBC) and must demonstrate to a listed performance criteria, that it is capable of maintaining containment during routine conditions of transport. Quantities are expected between 1 500 up to 8 000+ per year. The preference for this element is that the supplier is a SSP/FIBC manufacturer and is able to design, test and manufacture to Purchaser requirements.This SSP/FIBC design (Element 1) forms the containment system for the IP-1 TC11 Transport frame for transporting solids. The TC11 transport system holds 12 x SSP/FIBCs within its baffles and the TC11 Transport system performs as the restraint system for the SSP/FIBCs. The SSP/FIBC required in Element 1, must meet the specific requirements in this Goods Information, to be compatible with the TC11 Package system for transporting radioactive contents.Element 2 of this Lot is for the supply of other SSPs of various designs and capacities, meeting the performance and test requirements of an FIBC. It is expected that the SSP/FIBCs in this element are off the shelf products that the supplier offers at competitive unit price rates. The goods must be demonstrated to meet the minimum design and quality requirements. It is not anticipated that any design elements will be required for supply of goods under this element.Element 3 of this Lot is for the supply of flexible packaging related products manufactured from similar materials, in unconfirmed quantities. For example large package flexible liners, wrappings, over-packs (recovery SSP/FIBCs), flexible covers, tarpaulins etc. If the Supplier does not manufacture any of these designs they shall procure and supply the goods to the Purchaser and be responsible to ensure the Goods Information and agreed specification is complied with.
2) Common procurement vocabulary (CPV): 90521510
3) Quantity or scope:
Estimated value excluding VAT: 500 000GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
Not applicable.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment terms as stated in the Terms & Conditions of the contract.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not applicable.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation:
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Information and formalities necessary for evaluating if the requirements are met: Please refer to the Invitation to Tender, available via the CTM system
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: Please refer to the Invitation to Tender, available via the CTM system
Minimum level(s) of standards possibly required: Please refer to the Invitation to Tender, available via the CTM system
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Please refer to the Invitation to Tender, available via the CTM system
Minimum level(s) of standards possibly required: Please refer to the Invitation to Tender, available via the CTM system
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
Execution of the service is reserved to a particular profession: no
III.3.2) Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: NO
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Open
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
IV.2) Award criteria:
IV.2.1) Award criteria:
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2) Information about electronic auction:
An electronic auction will be used: no
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
LLWRP150345
IV.3.2) Previous publication(s) concerning the same contract:
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
08.01.2016 – 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
IV.3.8) Conditions for opening of tenders:
08.01.2016 – 12:00
Persons authorised to be present at the opening of tenders: yes.
Additional information about authorised persons and opening procedure: Procurement Officer, Senior Procurement Officer, Procurement Delivery Manager, Head of Commercial.
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: No
VI.2) Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information
LLW Repository Ltd (LLWR) wishes to establish a Framework Agreement for use by organisations that hold a Waste Services Contract with LLWR. These include private sector bodies (such as AWE, Capenhurst Nuclear Services, Doosan Babcock, EDF, GE Healthcare, Inutec Ltd, Studsvik Ltd) and public sector bodies.
The Framework Agreement will be open for use by the following UK public sector bodies (and any future successors to these organisations):
— Central Government Departments, Local Government and Public Corporations that can be accessed at the Public Sector Classification Guide:
— Local Authorities
www.ubico.co.uk Agent acting on behalf of Cheltenham Borough Council.
NDPBs
— National Parks Authorities
— Educational Establishments in England and Wales, maintained by the Department for Children, Schools and Families including Schools, Universities and Colleges but not Independent Schools
— Police Forces in the United Kingdom
— Fire and Rescue Services in the United Kingdom
— NHS Bodies England
— Hospices in the UK
— Registered Social Landlords (Housing Associations) Third Sector and Charities in the United Kingdom
— Citizens Advice in the United Kingdom
www.cas.org.uk
— Scottish Public Bodies
The framework agreement will be available for use by any Scottish Public Sector Body: the Authority; Scottish Non-Departmental Public Bodies; offices in the Scottish Administration which are not ministerial offices;
cross-border public authorities within the meaning of section 88(5) of the Scotland Act 1998; the Scotland Office; the Scottish Parliamentar Corporate Body; councils constituted under section 2 of the Local Government etc. (Scotland) Act 1994 (except where they are acting in their capacity as educational authority); Scottish joint fire boards or joint fire and rescue boards; Scottish joint police boards or any successor National Police or Fire Authority; Scottish National Park authorities, bodies registered as social landlords under the Housing (Scotland) Act 2001, Scottish health boards or special health boards, Student Loans Company Limited, Northern Lighthouse Board, further or higher education institutions being fundable bodies within the meaning of section 6 of the
Further and Higher Education (Scotland) Act 2005 any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by 1 or more of the foregoing, bodies financed wholly or mainly by 1 or more of the foregoing, bodies subject to management supervision by 1 or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by 1 or more of the foregoing.
— Scottish Government
— Scottish Parliament
— Scottish Public Services Ombudsman; Scottish Information Commissioner; Commissioner for Children and Young People in Scotland; Scottish Commission for Human Rights; Commission for Ethical Standards in Public Life in Scotland; Standards Commission for Scotland; Scottish Local Authorities
— Scottish Agencies, NDPBs
— Scottish NHS Bodies
— Scottish Further and Higher Education Bodies
Scottish Police
— Scottish Housing Associations
,com_membersdir/Itemid,149/view,membersdir/
— The Scotland Office
— Registered Social Landlords (Housing Associations) — Scotland
— Scottish Schools:
1. Primary Schools:
2, Secondary Schools:
3. Special Schools:
— Scottish Public Bodies:
National Records of Scotland;
Historic Scotland;
Disclosure Scotland;
Registers of Scotland;
Scottish Qualification Authority;
Scottish Courts Service;
Scottish Prison Service;
Transport Scotland;
The Scottish Government Core Directorates;
Highlands and Islands Enterprise;
Crown Officeand Procurator Fiscal Service;
Scottish Police Authority;
National Museums of Scotland;
Scottish Children‘s Reporter Administration;
Scottish Enterprise;
Scottish Environment Protection Agency;
Scottish Legal Aid Board;
Scottish Natural Heritage;
Skills Development Scotland;
Visit Scotland;
Aberdeen City Council;
Aberdeenshire Council;
Angus Council;
Argyll and Bute Council;
City of Edinburgh Council;
Clackmannanshire Council;
Comhairle nan Eilean Siar;
Dumfries and Galloway Council;
Dundee City Council;
East Ayrshire Council;
East Dunbartonshire Council;
East Lothian Council;
East Renfrewshire Council;
Falkirk Council;
Fife Council;
Glasgow City Council;
Highland Council;
Inverclyde Council;
Midlothian Council;
Moray Council;
The North Ayrshire Council;
North Lanarkshire Council;
Orkney Islands Council;
Perth and Kinross Council;
Renfrewshire Council;
Scottish Borders Council;
Shetland Islands Council;
South Ayrshire Council;
South Lanarkshire Council;
Stirling Council;
West Dunbartonshire Council;
West Lothian Council;
Central Scotland Fire and Rescue Service;
Dumfries and Galloway Fire and Rescue Service;
Fife Fire and Rescue Service;
Grampian Fire and Rescue Service;
Highlands and Islands Fire and Rescue Service;
Lothian and Borders Fire and Rescue Service;
Strathclyde Fire and Rescue Service;
Tayside Fire and Rescue Service;
Golden Jubilee Hospital (National Waiting Times Centre Board);
NHS 24;
NHS Ayrshire and Arran;
NHS Borders;
NHS Dumfries and Galloway;
NHS Education for Scotland;
NHS Fife;
NHS Forth Valley;
NHS Grampian;
NHS Greater Glasgow and Clyde;
NHS Health Scotland;
NHS Highland;
NHS Lanarkshire;
NHS Lothian;
NHS Orkney;
Healthcare Improvement Scotland;
NHS Shetland;
NHS Tayside;
NHS Western Isles;
Scottish Ambulance Service;
The Common Services Agency for the Scottish Health Service;
The State Hospital for Scotland;
Aberdeen College;
Adam Smith College;
Angus College;
Anniesland College;
Ayr College;
Banff and Buchan College;
Barony College;
Borders College;
Cardonald College;
Carnegie College;
Central College of Commerce;
Clydebank College;
Coatbridge College;
Cumbernauld College;
Dumfries and Galloway College;
Dundee College;
Edinburghs Telford College;
Elmwood College;
Forth Valley College;
Glasgow College of Nautical Studies;
Glasgow Metropolitan College;
Inverness College;
James Watt College;
Jewel and Esk College;
John Wheatley College;
Kilmarnock College;
Langside College;
Lews Castle College;
Moray College;
Motherwell College;
Newbattle Abbey College;
North Glasgow College;
North Highland College;
Oatridge College;
Orkney College;
Perth College;
Reid Kerr College;
Sabhal Mor Ostaig;
Shetland College;
South Lanarkshire College;
Stevenson College;
Stow College;
West Lothian College;
Edinburgh College of Art;
Edinburgh Napier University;
Glasgow Caledonian University;
Glasgow School of Art;
Heriot-Watt University;
Queen Margaret University;
Robert Gordon University;
Royal Scottish Academy of Music and Drama;
Scottish Agricultural College;
UHI Millennium Institute;
University of Aberdeen;
University of Abertay Dundee;
University of Dundee;
University of Edinburgh;
University of Glasgow;
University of St Andrews;
University of Stirling;
University of Strathclyde;
University of the West of Scotland;
Cairngorms National Park Authority;
Office of Scottish Charity Regulator;
Forestry Commission Scotland;
Audit Scotland;
Welsh Public Bodies;
National Assembly for Wales, Welsh Assembly Government and Welsh Local;
Authorities, and all bodies covered by:
NHS Wales
— Housing Associations — Registered Social Landlords Wales
— NI Public Bodies
— Northern Ireland Government Departments
— Northern Ireland Public Sector Bodies and Local Authorities
— Schools in Northern Ireland
— Universities in Northern Ireland
— Health and Social care in Northern Ireland
— Northern Ireland Housing Associations
— Police Service of Northern Ireland
VI.4) Procedures for appeal:
VI.4.1) Body responsible for appeal procedures:
High Court
Royal Courts of Justice, Strand
London
Postal code: WC2A 2LL
United Kingdom
Body responsible for mediation procedures:
London Court of International Arbitration
70 Fleet Street
London
Postal code: EC4 YEU
United Kingdom
VI.4.3) Service from which information about the lodging of appeals may be obtained:
LLW Repository Ltd
Pelham House
Calderbridge
Postal code: CA20 1DB
United Kingdom
VI.5) Date of dispatch of this notice:
13.11.2015
More Opportunties
- United Kingdom-York: Supply and Installation of Tractor
9 May 25
Askham Bryan College is looking to procure a new compact tractor to support land-based education and training, equipping students with industry-relevant skills and certifications.> > - United Kingdom-Leicester: PNC Link
9 May 25
NDI PNC link (installation, configuration, IT training for PNC Fasttrack, incl. remote installation of Cleartone) NDI PNC Link - Cleartone XML RTU Five Years.> > - Welding Equipment – Energy Transition Skills Hub
9 May 25
A key part of the Energy Transition Skills Hub will be welding facilities which will provide hands on training for NESCol students and the wider community. This tender relates to the Welding Equipment. The overall refurbishment plan, requires> >