Planning

Road Transport Services Reference number: LLWR 129

SELLAFIELD

This public procurement record has 1 release in its history.

Planning

16 May 2022 at 05:29

Summary of the contracting process

The procurement process is currently in the planning stage for the "Road Transport Services Reference number: LLWR 129," initiated by Sellafield, based in Calder Bridge, England. The procurement relates to the transport of radioactive waste within the nuclear industry, with an anticipated value of £6 million over four years. Interested parties should note that the engagement end date is set for 27th May 2022, with an estimated date for the issue of Invitations to Tender (ITT) anticipated in late October 2022.

This tender represents a significant opportunity for businesses specialising in transport and logistics, particularly those with capabilities in handling nuclear materials. Companies that can provide suitable vehicles, drivers with ADR training, and necessary logistical support are well-positioned to compete. The contract aims to appoint 4 to 6 suppliers, making it an attractive prospect for small and medium-sized enterprises (SMEs) with relevant experience and resources in the sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Road Transport Services Reference number: LLWR 129

Notice Description

LLWR TA Nuclear Waste Services aims to provide access to a new Road Transport Framework for our customers with a Waste Services Contract. The new Framework will build upon elements of previous agreements, further developed based on customer feedback, market knowledge and learning from experience. The anticipated value of the Framework will be PS6 million over a 4 year period although the agreement is formally zero value. The Framework will: * Include Road Transport Services, inclusive of ocean freight management * Support logistics services associated with the UK Nuclear Industry * Provide vehicles, trailers and specialist equipment (inclusive of all tie down/restraint equipment) as requested * Operate on a pass-through basis for charges from suppliers through to customers Additional information: There is an existing Framework for Road Transport Services which commenced on 1 April 2019 and expires on 31 March 2023. The scope of the proposed new Framework is expected to be split into primary and secondary requirements. We anticipate appointing between 4 and 6 suppliers to the Framework. The primary mandatory requirements are: * LGV Drivers with ADR Training Certificate (including Class 7 entitlement) * Two / Three Axle Tractor Units (EU Standard 5 or above) rated and taxed up to 44 tonnes * Skeletal Trailers up to 13.6m * Flat Trailers up to 13.6m with rated tie down features * Tautliner Trailers up to 13.6m; specification in accordance with BS EN12642 XL (Code XL) * Waste Loading Plan Review Capability The secondary optional requirements are: * Sideloader Trailer up to 13.6m, capable of self-loading and unloading 20ft ISO Container(s) * Specialist Vehicle(s) in one or all categories - STGO CAT1, CAT2, CAT3 * Box Trailer up to 13.6m with rated securing system * Tipping Skeletal Trailer * 7.5 tonne vehicle with rated securing system (with and without tail lift) * Tautliner Trailers of various specifications * Semi-Low Loader / Low Loader for European journeys (return of 4 x empty HHISO Containers) * Tipping Skeletal Trailer * Double Deck Tautliner Trailer up to 13.6m * Double Deck Security Box Trailer up to 13.6m (with and without tail lift) * Walking Floor Trailer * Hook Loader Vehicles * Rigid Tipper Vehicles 32 tonne * ONR Class B Carrier Status in respect of the transport of CAT III nuclear material The estimated date of ITT issue will be late October 2022. If you are interested in bidding for this Framework, please send a message via the CTM e-sourcing system by the 27th May 2022.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-29f49883-0883-44cf-932b-2bf146f17272
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/f1ba957a-2436-4aa0-a8d1-e771fc7e111b
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Market Engagement Notice
Procurement Type
Standard
Procurement Category
Not specified
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

90521400 - Transport of radioactive waste

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
16 May 20223 years ago
Submission Deadline
Not specified
Future Notice Date
27 May 2022Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
SELLAFIELD
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
CALDER BRIDGE
Postcode
CA20 1DB
Post Town
Carlisle
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD1 Cumbria
Small Region (ITL 3)
TLD13 Cumberland
Delivery Location
Not specified

Local Authority
Cumberland
Electoral Ward
Gosforth
Westminster Constituency
Whitehaven and Workington

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-29f49883-0883-44cf-932b-2bf146f17272-2022-05-16T06:29:51+01:00",
    "date": "2022-05-16T06:29:51+01:00",
    "ocid": "ocds-b5fd17-29f49883-0883-44cf-932b-2bf146f17272",
    "language": "en",
    "initiationType": "tender",
    "title": "Road Transport Services Reference number: LLWR 129",
    "planning": {
        "milestones": [
            {
                "id": "1",
                "title": "Engagement end date",
                "type": "engagement",
                "dueDate": "2022-05-27T23:59:59+01:00"
            }
        ],
        "documents": [
            {
                "id": "1",
                "documentType": "marketEngagementNotice",
                "description": "Early engagement notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/f1ba957a-2436-4aa0-a8d1-e771fc7e111b",
                "datePublished": "2022-05-16T06:29:51+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "tender": {
        "id": "CTM RFT 15476",
        "title": "Road Transport Services Reference number: LLWR 129",
        "description": "LLWR TA Nuclear Waste Services aims to provide access to a new Road Transport Framework for our customers with a Waste Services Contract. The new Framework will build upon elements of previous agreements, further developed based on customer feedback, market knowledge and learning from experience. The anticipated value of the Framework will be PS6 million over a 4 year period although the agreement is formally zero value. The Framework will: * Include Road Transport Services, inclusive of ocean freight management * Support logistics services associated with the UK Nuclear Industry * Provide vehicles, trailers and specialist equipment (inclusive of all tie down/restraint equipment) as requested * Operate on a pass-through basis for charges from suppliers through to customers Additional information: There is an existing Framework for Road Transport Services which commenced on 1 April 2019 and expires on 31 March 2023. The scope of the proposed new Framework is expected to be split into primary and secondary requirements. We anticipate appointing between 4 and 6 suppliers to the Framework. The primary mandatory requirements are: * LGV Drivers with ADR Training Certificate (including Class 7 entitlement) * Two / Three Axle Tractor Units (EU Standard 5 or above) rated and taxed up to 44 tonnes * Skeletal Trailers up to 13.6m * Flat Trailers up to 13.6m with rated tie down features * Tautliner Trailers up to 13.6m; specification in accordance with BS EN12642 XL (Code XL) * Waste Loading Plan Review Capability The secondary optional requirements are: * Sideloader Trailer up to 13.6m, capable of self-loading and unloading 20ft ISO Container(s) * Specialist Vehicle(s) in one or all categories - STGO CAT1, CAT2, CAT3 * Box Trailer up to 13.6m with rated securing system * Tipping Skeletal Trailer * 7.5 tonne vehicle with rated securing system (with and without tail lift) * Tautliner Trailers of various specifications * Semi-Low Loader / Low Loader for European journeys (return of 4 x empty HHISO Containers) * Tipping Skeletal Trailer * Double Deck Tautliner Trailer up to 13.6m * Double Deck Security Box Trailer up to 13.6m (with and without tail lift) * Walking Floor Trailer * Hook Loader Vehicles * Rigid Tipper Vehicles 32 tonne * ONR Class B Carrier Status in respect of the transport of CAT III nuclear material The estimated date of ITT issue will be late October 2022. If you are interested in bidding for this Framework, please send a message via the CTM e-sourcing system by the 27th May 2022.",
        "status": "planning",
        "classification": {
            "scheme": "CPV",
            "id": "90521400",
            "description": "Transport of radioactive waste"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "CA20 1DB"
                    }
                ]
            }
        ],
        "suitability": {
            "sme": true,
            "vcse": false
        }
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/V46d8W3T",
            "name": "Sellafield",
            "identifier": {
                "legalName": "Sellafield",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/V46d8W3T"
            },
            "address": {
                "streetAddress": "LLW Repository Ltd TA Nuclear Waste Services, Pelham House",
                "locality": "Calder Bridge",
                "postalCode": "CA20 1DB",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Charlene Bainbridge",
                "email": "Charlene.Bainbridge@llwrsite.com",
                "telephone": "+44 1946722743"
            },
            "details": {
                "url": "https://www.gov.uk/government/case-studies/shared-services-alliance-ssa-for-nuclear-decommissioning-estate"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/V46d8W3T",
        "name": "Sellafield"
    }
}