Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Expert Support and Alternative Solutions Framework 2025

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04e212
Published by:
Nuclear Waste Services Limited
Authority ID:
AA85496
Publication date:
12 March 2025
Deadline date:
22 April 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The scope of the procurement is to provide access to a new Expert Support & Alternative Solutions Framework for all NWS Customers with a Waste Services Contract. The framework will include:<br/>- On-site support;<br/>- Technical and professional waste services;<br/>- Enabling activities;<br/>- Development and delivery of alternative solutions (including pilots);<br/>- Research & Development;<br/>- Container and Package Quality.<br/><br/>Organisations are invited to submit their ITT responses via NWS’s Atamis system (https://atamis-2464.my.site.com/s/Welcome), which can be accessed against Record Ref C16721 'Expert Support and Alternative Solutions 2025' which is listed within the ‘Find Opportunities’ area on the portal.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Nuclear Waste Services Limited

05608448

Pelham House, Pelham Drive,

Calderbridge, Seascale

CA20 1DB

UK

Contact person: Gillian Spence

E-mail: gillian.spence@nuclearwasteservices.uk

NUTS: UKD1

Internet address(es)

Main address: https://www.gov.uk/government/organisations/nuclear-waste-services/about

Address of the buyer profile: https://www.gov.uk/government/organisations/nuclear-waste-services/about

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://atamis-2464.my.site.com/s/Welcome


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://atamis-2464.my.site.com/s/Welcome


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Nuclear Decommissioning

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Expert Support and Alternative Solutions Framework 2025

Reference number: C16721

II.1.2) Main CPV code

90520000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The scope of the procurement is to provide access to a new Expert Support & Alternative Solutions Framework for all NWS Customers with a Waste Services Contract. The framework will include:<br/>- On-site support;<br/>- Technical and professional waste services;<br/>- Enabling activities;<br/>- Development and delivery of alternative solutions (including pilots);<br/>- Research & Development;<br/>- Container and Package Quality.<br/><br/>Organisations are invited to submit their ITT responses via NWS’s Atamis system (https://atamis-2464.my.site.com/s/Welcome), which can be accessed against Record Ref C16721 'Expert Support and Alternative Solutions 2025' which is listed within the ‘Find Opportunities’ area on the portal.

II.1.5) Estimated total value

Value excluding VAT: 14 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

90521000

90521000

71621000

71600000

90520000

II.2.3) Place of performance

NUTS code:

UKD11


Main site or place of performance:

Old Shore Road, Holmrook, Cumbria, CA19 1XP

II.2.4) Description of the procurement

As the diversion of LLW from LLWR Repository has become business as usual over the past 10 years and decommissioning programmes at customer sites have matured; the types of waste being managed through NWS frameworks has changed. NWS are seeing an increase in the number of challenging / problematic waste streams which require broader waste acceptance criteria and/or a range of specialist waste management advice/support. Customers often also require support higher up in the waste lifecycle / value chain, covering route development / optimisation, characterisation techniques and training of their internal resources. This trend is set to continue as further changes in decommissioning occur over the next decade.<br/><br/>It is also recognised that many NDA entities have only small numbers of resources with the knowledge and expertise needed to manage their existing and future waste arisings, as well as their historic wastes.<br/><br/>This ESAS framework will therefore support NWS mission and vision by providing the Client and its Customers with access to an experienced pool of expert resources and fit for purpose responsive solutions, which offer value for money, sustainability and social value.<br/><br/>Contractors will be required to have knowledge and understanding across the full radioactive waste management lifecycle and the ability to operate and execute work and provide support at any stage of the lifecycle on the Customer’s, Contractor’s, Client’s sites or elsewhere.<br/><br/>Contractors must have the ability to deliver all aspects of the service. Such ability may include the use of appropriate subcontractors in accordance with the conditions of contract.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 14 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 12/12/2025

End: 11/12/2029

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The framework will be for use by organisations that either currently hold, or may in future enter into, a Waste Services Contract with NWS. These organisations that either currently hold, or may in future enter into, a Waste Services Contract with NWS, include private sector bodies, plus public sector bodies that fall into one or more of the following categories:<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/>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.<br/>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.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with a single operator.

Justification for any framework agreement duration exceeding 4 years: N/A

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 22/04/2025

Local time: 17:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 21/04/2026

IV.2.7) Conditions for opening of tenders

Date: 14/02/2025

Local time: 15:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts Of Justice

Strand

London

WC2A 2LL

UK

E-mail: rcj.dco@justice.gov.uk

Internet address(es)

URL: https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice

VI.4.2) Body responsible for mediation procedures

Royal Courts Of Justice

Strand

London

WC2A 2LL

UK

E-mail: rcj.dco@justice.gov.uk

Internet address(es)

URL: https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice

VI.4.4) Service from which information about the review procedure may be obtained

Nuclear Waste Services Limited

Pelham House, Pelham Drive,

Calderbridge, Seascale

CA20 1DB

UK

Internet address(es)

URL: https://www.gov.uk/government/organisations/nuclear-waste-services/about

VI.5) Date of dispatch of this notice

14/02/2025

Coding

Commodity categories

ID Title Parent category
90521000 Radioactive waste treatment services Radioactive-, toxic-, medical- and hazardous waste services
90520000 Radioactive-, toxic-, medical- and hazardous waste services Refuse and waste related services
71621000 Technical analysis or consultancy services Analysis services
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
gillian.spence@nuclearwasteservices.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.