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

Characterisatin Services Framework

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

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04e59e
Published by:
Nuclear Restoration Services Limited
Authority ID:
AA85442
Publication date:
12 March 2025
Deadline date:
07 April 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Contracting authority seeks to conduct a procurement to establish a Framework Agreement for delivery of a range of characterisation services.<br/>It is anticipated that the Framework services include but are not limited to; laboratory analysis, fingerprint services and additional characterisation services, across up to 4 lots.<br/>Anticipated Framework is to support Nuclear Restoration Services (NRS) requirements. Access to some NDA OpCos is also possible via multi provider lots, (whilst it is envisaged that usage outside of NRS will be limited)<br/>Maximum value range of up to £13- £20 million, however spend may not reach this range. <br/>Those wishing to access the associated tender documents and/or participate within the tender process should register their Organisation details at https://one-nda.force.com/s/Welcome and search under the procurement title or reference C20416 within the ‘find opportunities’ page. <br/>Please note that participation conditions apply to this tender process. Further details can be found within associated procurement documents.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Nuclear Restoration Services Limited

02264251

Hinton House, Birchwood Park Avenue, Risley

Warrington

WA3 6GR

UK

E-mail: liz.gilbert@nrservices.uk

NUTS: UK

Internet address(es)

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

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

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 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

Characterisatin Services Framework

II.1.2) Main CPV code

79723000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Contracting authority seeks to conduct a procurement to establish a Framework Agreement for delivery of a range of characterisation services.<br/>It is anticipated that the Framework services include but are not limited to; laboratory analysis, fingerprint services and additional characterisation services, across up to 4 lots.<br/>Anticipated Framework is to support Nuclear Restoration Services (NRS) requirements. Access to some NDA OpCos is also possible via multi provider lots, (whilst it is envisaged that usage outside of NRS will be limited)<br/>Maximum value range of up to £13- £20 million, however spend may not reach this range. <br/>Those wishing to access the associated tender documents and/or participate within the tender process should register their Organisation details at https://one-nda.force.com/s/Welcome and search under the procurement title or reference C20416 within the ‘find opportunities’ page. <br/>Please note that participation conditions apply to this tender process. Further details can be found within associated procurement documents.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: Lot 1

II.2.1) Title

Lot 1 - Analytical Laboratory Services

II.2.2) Additional CPV code(s)

90520000

71600000

71900000

71620000

71621000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Analytical Laboratory Services (excluding ILW samples requiring specialist facilities due to higher radioactivity levels)

II.2.5) Award criteria

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

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Optional extension period

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

Lot No: Lot 2

II.2.1) Title

Lot 2 - Fingerprint Services

II.2.2) Additional CPV code(s)

90520000

71600000

71621000

71900000

71620000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Fingerprint Services

II.2.5) Award criteria

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

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Optional extension period

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

Lot No: 3

II.2.1) Title

Lot 3 - Laboratory Services

II.2.2) Additional CPV code(s)

90520000

71620000

71600000

71900000

71621000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Laboratory Services

II.2.5) Award criteria

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

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Optional extension period

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

Lot No: 4

II.2.1) Title

Lot 4 - Additional Characterisation Services

II.2.2) Additional CPV code(s)

90520000

71600000

71620000

71621000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Additional Characterisation Services

II.2.5) Award criteria

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

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Optional extension period

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Should you be interested in participating within the tender process in response to the contract notice you must first qualify to do so by meeting the conditions for participation set out in the procurement documents

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

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.

Justification for any framework agreement duration exceeding 4 years: Alignment to compariable contracts

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: 07/04/2025

Local time: 16:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 22/04/2025

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: 12 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Should you be interested in participating within the tender process in response to the contract notice you must first qualify to do so by meeting the conditions for participation set out in the procurement documents.

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.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The contracting authority will incorporate a minimum of 10 calendar days standstill period in accordance with the Public Contract Regulations prior to concluding the award of any contract pursuant to this notice.

VI.5) Date of dispatch of this notice

20/02/2025

Coding

Commodity categories

ID Title Parent category
71620000 Analysis services Technical testing, analysis and consultancy services
71900000 Laboratory services Architectural, construction, engineering and inspection 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
79723000 Waste analysis services Investigation 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:
liz.gilbert@nrservices.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.