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

Post-Closure Safety Case Framework

  • 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-041d16
Published by:
Nuclear Waste Services Limited
Authority ID:
AA85496
Publication date:
12 March 2025
Deadline date:
21 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Post-closure safety cases demonstrate the safety of radioactive waste & geological disposal over long timescales & large uncertainties. This framework requires experts in PCSC production, methodology, modelling & knowledge management.

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: Tanya Marshall

E-mail: tanya.marshall@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

Access to the procurement documents is restricted. Further information can be obtained at:

https://one-nda.force.com/s/Welcome


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://one-nda.force.com/s/Welcome


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


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://one-nda.force.com/s/Welcome


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Responsible for implementing geological disposal of higher activity radioactive wastes.

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Post-Closure Safety Case Framework

Reference number: C18104

II.1.2) Main CPV code

98113100

 

II.1.3) Type of contract

Services

II.1.4) Short description

Post-closure safety cases demonstrate the safety of radioactive waste & geological disposal over long timescales & large uncertainties. This framework requires experts in PCSC production, methodology, modelling & knowledge management.

II.1.5) Estimated total value

Value excluding VAT: 6 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

73210000

98113100

90721000

79417000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

n/a

II.2.4) Description of the procurement

Post-closure safety cases demonstrate the safety of radioactive waste & geological disposal over long timescales & large uncertainties. This framework requires experts in PCSC production, methodology, modelling & knowledge management.

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: 6 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

Envisaged number of candidates: 5

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

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

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 5

Justification for any framework agreement duration exceeding 4 years: The Framework Duration will be 4 years.

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-034975

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

Date: 21/03/2025

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

Duration in months: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

High Court

Strand

London

WC2A 2LL

UK

Internet address(es)

URL: https://www.justice.gov.uk

VI.5) Date of dispatch of this notice

17/02/2025

Coding

Commodity categories

ID Title Parent category
90721000 Environmental safety services Environmental protection
98113100 Nuclear safety services Services furnished by specialist organisations
73210000 Research consultancy services Research and development consultancy services
79417000 Safety consultancy services Business and management consultancy 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:
tanya.marshall@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.