LLWR Very Low Level Waste Disposal Framework 2020
LLW Repository Ltd is a waste management company that provides services to customers to treat and dispose of low-level radioactive waste.
United Kingdom-Calderbridge: Radioactive waste treatment services
2020/S 134-331361
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
National registration number: 5608448
Postal address: Pelham House
Town: Calderbridge
NUTS code: UK UNITED KINGDOM
Postal code: CA20 1DB
Country: United Kingdom
Contact person: Naomi Cook
E-mail: naomi.cook@llwrsite.com
Internet address(es):Main address: https://www.gov.uk/government/case-studies/shared-services-alliance-ssa-for-nuclear-decommissioning-estate
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
LLWR Very Low Level Waste Disposal Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
LLW Repository Ltd (LLWR) is a waste management company that provides services to customers to treat and dispose of low-level radioactive waste.
Our customer base consists of nuclear industry and non-nuclear industry waste producers. LLWR intends to let a framework that will allow customers to consign VLLW for disposal under their waste services contract with LLWR. This is in line with the UK nuclear industry low-level waste strategy and the principles of the waste management hierarchy.
LLWR has a requirement to establish arrangements with companies that can provide the disposal of lower activity radioactive wastes. LLWR will issue invitations to tender to potential service providers that wish to support LLWR in delivering the VLLW disposal service to customers.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The very low level waste framework will support the delivery of the National Waste Programme by providing LLWR and its customers with the capability to manage the disposal of their VLLW. The procurement project will deliver a 4-year multi-supplier framework agreement and the current estimated maximum spend through the framework is GBP 27 million although the framework is formally a zero-value agreement, with no spend guaranteed.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
48 months.
VI.4.1)Review body
Postal address: Strand
Town: London
Country: United KingdomInternet address: http://www.justice.gov.uk
VI.4.2)Body responsible for mediation procedures
Postal address: Strand
Town: London
Country: United KingdomInternet 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
Town: Calderbridge
Postal code: CA20 1DB
Country: United Kingdom
VI.5)Date of dispatch of this notice: