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

Disposability Assurance Support Framework 2024

  • First published: 26 November 2023
  • Last modified: 26 November 2023
  • 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-041cc1
Published by:
Radioactive Waste Management Limited trading as Nuclear Waste Services
Authority ID:
AA84916
Publication date:
26 November 2023
Deadline date:
24 January 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This is a procurement for a Disposability Assurance Framework. Disposability Assurance is a key mechanism for risk mitigation across the NDA Group, enabling the packaging and interim storage of radioactive waste. The Framework will consist Three Suppliers across four Bundles, Bundles A to C being direct award and Bundle D being mini-competition.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Radioactive Waste Management Limited trading as Nuclear Waste Services

Building 329, West, Harwell Science & Innovation Campus, Thomson Ave

Didcot

OX11 0GD

UK

Contact person: Hannah Armstrong

E-mail: hannah.armstrong@nuclearwasteservices.uk

NUTS: UK

Internet address(es)

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

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

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


I.4) Type of the contracting authority

Other: Nuclear Waste Services

I.5) Main activity

Other: Nuclear Waste Services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Disposability Assurance Support Framework 2024

Reference number: C6116

II.1.2) Main CPV code

90521300

 

II.1.3) Type of contract

Services

II.1.4) Short description

This is a procurement for a Disposability Assurance Framework. Disposability Assurance is a key mechanism for risk mitigation across the NDA Group, enabling the packaging and interim storage of radioactive waste.

II.1.5) Estimated total value

Value excluding VAT: 8 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

90513900

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Harwell

II.2.4) Description of the procurement

This is a procurement for a Disposability Assurance Framework. Disposability Assurance is a key mechanism for risk mitigation across the NDA Group, enabling the packaging and interim storage of radioactive waste. The Framework will consist Three Suppliers across four Bundles, Bundles A to C being direct award and Bundle D being mini-competition.

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: 8 500 000.00  GBP

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

Start: 01/04/2024

End: 31/03/2028

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

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 several operators.

Envisaged maximum number of participants to the framework agreement: 3

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: 24/01/2024

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

IV.2.7) Conditions for opening of tenders

Date: 24/01/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

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.4.3) Review procedure

Precise information on deadline(s) for review procedures:

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 requirements 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. In accordance with the Public Contracts Regulations 2015, the Contracting Authority will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.

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

Radioactive Waste Management Limited trading as Nuclear Waste Services

Building 329, West, Harwell Science & Innovation Campus, Thomson Ave

Didcot

OX11 0GD

UK

Internet address(es)

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

VI.5) Date of dispatch of this notice

24/11/2023

Coding

Commodity categories

ID Title Parent category
90521300 Disposal of radioactive waste Radioactive waste treatment services
90513900 Sludge disposal services Non-hazardous refuse and waste treatment and disposal 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:
hannah.armstrong@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.