Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Road Transport Services for Radioactive Waste

  • Cyhoeddwyd gyntaf: 24 Chwefror 2023
  • Wedi'i addasu ddiwethaf: 24 Chwefror 2023
  • Cofnodi Diddordeb

     

  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-03374f
Cyhoeddwyd gan:
LLW Repository Ltd trading as Nuclear Waste Services
ID Awudurdod:
AA83374
Dyddiad cyhoeddi:
24 Chwefror 2023
Dyddiad Cau:
31 Mawrth 2033
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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.

Testun llawn y rhybydd

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

Codio

Categorïau nwyddau

ID Teitl Prif gategori
90521100 Casglu gwastraff ymbelydrol Gwasanaethau trin gwastraff ymbelydrol
90521410 Cludo gwastraff niwclear lefel isel Gwasanaethau trin gwastraff ymbelydrol
90521400 Cludo gwastraff ymbelydrol Gwasanaethau trin gwastraff ymbelydrol
60100000 Gwasanaethau trafnidiaeth ffyrdd Gwasanaethau cludo (heblaw cludo gwastraff)

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
Charlene.bainbridge@llwrsite.com
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.