Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
LLW Repository Ltd trading as Nuclear Waste Services
5608448
Pelham House
Calder Bridge
CA20 1DB
UK
Person cyswllt: Charlene Bainbridge
Ffôn: +44 1946722743
E-bost: Charlene.bainbridge@llwrsite.com
NUTS: UKD1
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.gov.uk/government/organisations/nuclear-waste-services/about
Cyfeiriad proffil y prynwr: https://www.gov.uk/government/organisations/nuclear-waste-services/about
I.1) Enw a chyfeiriad
Direct Rail Services Limited
Regents Court, Baron Way
Carlisle
CA6 4SJ
UK
E-bost: communications@ntsglobal.uk
NUTS: UKD1
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.directrailservices.com/
Cyfeiriad proffil y prynwr: https://www.directrailservices.com/
I.1) Enw a chyfeiriad
International Nuclear Services Limited
Hinton House, Risley
Warrington
WA3 6GR
UK
E-bost: sales@ntsglobal.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.nucleartransportsolutions.com
Cyfeiriad proffil y prynwr: https://www.nucleartransportsolutions.com
I.2) Caffael ar y cyd
Mae a wnelo’r contract â chaffael ar y cyd
Yn achos caffael ar y cyd sy'n cynnwys gwahanol wledydd – cyfraith caffael genedlaethol berthnasol:
English Law
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://ndasupplierportal.secure.force.com/?searchtype=Projects
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://one-nda.force.com/s/Welcome
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Arall: Nuclear decommissioning
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Road Transport Services for Radioactive Waste
II.1.2) Prif god CPV
90521410
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
At the heart of LLW Repository Ltd trading as Nuclear Waste Services’ mission is the provision of treatment and disposal services that provide alternative options to waste producers to preserve capacity at the LLWR site. The Road Transport DPS is an enabling service that supports our customers in carrying out these services. <br/><br/>The Contracting Authorities who may directly procure via the DPS are: LLWR t/a Nuclear Waste Services and Nuclear Transport Solutions (joint trading name of International Nuclear Services (company number 01144352), Direct Rail Services Ltd (company number 03020822) and Pacific Nuclear Transport Ltd (company number 01228109)). Other entities that either currently hold, or may in future enter into, a waste services contract (or successor arrangement) with the Contracting Authority may utilise services provided via the DPS as customers of the Contracting Authority (see Section VI Complementary Information).
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 25 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
60100000
90521400
90521100
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
The purpose of the scope is for the contractors to provide the Contracting Authority with a Radioactive Waste Road Transport Service inclusive of ocean freight management to support logistics services associated with the UK Nuclear Industry. <br/><br/>The total estimated value of the 10-year DPS is £25m, although no guarantee is given as to the value or volume of work that may be placed through the arrangement. <br/><br/>The Contracting Authority will procure Road Transport Service Providers through a DPS and will conduct a Call for Competition to all Suppliers within the DPS. The Contracting Authority will accept the most economically advantageous tender submission, in accordance with the applicable weightings set out below or which will be formulated more precisely within the Call for Competition documents.<br/><br/>1)Non Standard Services – Evaluation of Tender submission and Acceptance of Tender<br/><br/>Each time the Contracting Authority runs a Call for Competition for Non Standard Services the acceptance of any tender submission, and award of contract, will be based on both Technical and Commercial considerations as identified below.<br/>• Technical – (Weighting range 70%-30%). Potential Evaluation Sub Criteria: Service proposals, People & capability to perform the proposed Task, Risk management, Schedule<br/>• Commercial – (Weighting range 30% - 70%). Potential Evaluation Sub Criteria: Price, Commercial considerations, Social Value<br/><br/>Where a proposed Contract involves a high degree of Technical complexity, a greater relative weighting for Technical criteria will be applied. These will be formulated more precisely within the Call for Competition for non-standard work packages issued through the relevant electronic system. Where proposed scope is more routine and has a low degree of complexity, a greater relative weighting for Commercial criteria will be applied. <br/><br/>2) Standard Services – Award Criteria<br/>For Calls for Competition that relate only to standard services, the Technical evaluation for Calls for Competition issued through the relevant electronic system will be in the form of pass/fail questions. <br/>Suppliers that achieve a pass on the technical questions will then be assessed commercially. The Supplier offering the lowest technically compliant price will be awarded the contract.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 25 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Dechrau:
31/03/2023
Diwedd:
31/03/2033
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
Please refer to the information pack provided to qualify for the DPS.
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn gyfyngedig
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
Mae’r caffaeliad yn golygu y caiff system brynu ddynamig ei sefydlu
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2022/S 000-012465
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
31/03/2033
Amser lleol: 00:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 120 (o’r dyddiad a nodwyd i dendr ddod i law)
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
Customer organisations include private sector bodies plus public sector bodies that fall into one or more of the following categories. Such organisations may utilise the DPS via a Waste Services Contract (or successor arrangement) with the Contracting Authority.<br/>1) Any of the following and their future successors:<br/>(a) ministerial government departments;<br/>(b) Non-ministerial government departments;<br/>(c) executive agencies of government;<br/>(d) Non-Departmental Public Bodies (NDPBs), including advisory NDPBs, executive NDPBs, and tribunal NDPBs;<br/>(e) Assembly Sponsored Public Bodies (ASPBs);<br/>(f) police forces;<br/>(g) fire and rescue services;<br/>(h) ambulance services;<br/>(i) maritime and coastguard agency services;<br/>(j) NHS bodies;<br/>(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;<br/>(l) hospices;<br/>(m) national parks;<br/>(n) housing associations, including registered social landlords;<br/>(o) third sector and charities;<br/>(p) citizens advice bodies;<br/>(q) councils, including county councils, district councils, county borough councils, community councils, London borough councils, unitary councils, metropolitan councils, parish councils;<br/>(r) public corporations;<br/>(s) public financial bodies or institutions;<br/>(t) public pension funds;<br/>(u) central banks; and<br/>(v) civil service bodies, including public sector buying organisations.<br/><br/>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.<br/>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) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
High Court
Strand
London
WC2A 2LL
UK
Cyfeiriad(au) rhyngrwyd
URL: https://www.justice.gov.uk
VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu
High Court
Strand
London
WC2A 2LL
UK
Cyfeiriad(au) rhyngrwyd
URL: https://www.justice.gov.uk
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
Precise Information on deadline (s) for review procedures:<br/>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 requirement 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.
VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu
LLW Repository Ltd trading as Nuclear Waste Services
Pelham House
Calder Bridge
CA20 1DB
UK
Cyfeiriad(au) rhyngrwyd
URL: https://www.gov.uk/government/organisations/nuclear-waste-services/about
VI.5) Dyddiad anfon yr hysbysiad hwn
23/02/2023