Construction Contract Leads
North West
Category Services
Type
No. of Lots 1
Status Active
Published 14th Feb 2025
Reference | ocds-h6vhtk-04e212 |
Common Procurement Vocabulary | Radioactive-, toxic-, medical- and hazardous waste services |
Procurement Method | Open procedure |
Value | £14,500,000 |
North West
Category Services
Type
No. of Lots 1
Status Active
Published 14th Feb 2025
Reference | ocds-h6vhtk-04e212 |
Common Procurement Vocabulary | Radioactive-, toxic-, medical- and hazardous waste services |
Procurement Method | Open procedure |
Value | £14,500,000 |
Section I: Contracting authority
I.1) Name and addresses
Nuclear Waste Services Limited
Pelham House, Pelham Drive,
Calderbridge, Seascale
CA20 1DB
Contact
Gillian Spence
gillian.spence [at] nuclearwasteservices.uk
Country
United Kingdom
NUTS code
UKD1 - Cumbria
National registration number
05608448
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity
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 - Radioactive-, toxic-, medical- and hazardous waste services
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:
- On-site support;
- Technical and professional waste services;
- Enabling activities;
- Development and delivery of alternative solutions (including pilots);
- Research & Development;
- Container and Package Quality.
Organisations are invited to submit their ITT responses via NWS’s Atamis system (), 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
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 90521000 - Radioactive waste treatment services
- 90521000 - Radioactive waste treatment services
- 71621000 - Technical analysis or consultancy services
- 71600000 - Technical testing, analysis and consultancy services
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
II.2.3) Place of performance
NUTS codes
- UKD11 - West Cumbria
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.
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.
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.
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.
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
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
12 December 2025
End date
11 December 2029
This contract is subject to renewal
No
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:
1. Any of the following and their future successors:
(a) Ministerial government departments;
(b) Non-ministerial government departments;
(c) Executive agencies of government;
(d) Non-Departmental Public Bodies (NDPBs), including advisory NDPBs, executive NDPBs, and tribunal NDPBs;
(e) Assembly Sponsored Public Bodies (ASPBs);
(f) Police forces;
(g) Fire and rescue services;
(h) Ambulance services;
(i) Maritime and coastguard agency services;
(j) NHS bodies;
(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;
(l) Hospices;
(m) National Parks;
(n) Housing associations, including registered social landlords;
(o) Third sector and charities;
(p) Citizens advice bodies;
(q) Councils, including county councils, district councils, county borough councils, community councils, London borough councils, unitary councils, metropolitan councils, parish councils;
(r) Public corporations;
(s) Public financial bodies or institutions;
(t) Public pension funds;
(u) Central banks; and
(v) Civil service bodies, including public sector buying organisations.
2. Those listed and maintained by the Government on their website at or any replacement or updated web-link.
3. Those listed and maintained by the Office of National Statistics (ONS) at or any replacement or updated web-link.
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
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
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
N/A
IV.1.8) Information about the 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 April 2025
Local time
5:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 21 April 2026
IV.2.7) Conditions for opening of tenders
Date
14 February 2025
Local time
3:00pm
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
rcj.dco [at] justice.gov.uk
Country
United Kingdom
Internet address
VI.4.2) Body responsible for mediation procedures
Royal Courts Of Justice
Strand
London
WC2A 2LL
rcj.dco [at] justice.gov.uk
Country
United Kingdom
Internet address
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
Country
United Kingdom