Section one: Contracting authority
one.1) Name and addresses
Nuclear Waste Services Limited
Pelham House, Pelham Drive,
Calderbridge, Seascale
CA20 1DB
Contact
Meg Chappell
meg.chappell@nuclearwasteservices.uk
Country
United Kingdom
Region code
UKD1 - Cumbria
National registration number
05608448
Internet address(es)
Main address
https://www.gov.uk/government/organisations/nuclear-waste-services/about
Buyer's address
https://www.gov.uk/government/organisations/nuclear-waste-services/about
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://atamis-2464.my.site.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Disposal of radioactive waste
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
PIN BATS Corrosion on Carbon Steel
Reference number
C23091
two.1.2) Main CPV code
- 73000000 - Research and development services and related consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Nuclear Waste Services (NWS) would like to notify suppliers of future requirements and engage with the market to understand what it can provide with regards laboratory services for the investigation the impact(s) of the expected chemical environments of the MMG and Ancholme group geological settings on the corrosion behaviour of carbon steel HHGW container materials.
two.1.5) Estimated total value
Value excluding VAT: £200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 73100000 - Research and experimental development services
- 71350000 - Engineering-related scientific and technical services
- 73110000 - Research services
- 73000000 - Research and development services and related consultancy services
- 73120000 - Experimental development services
- 73100000 - Research and experimental development services
- 73210000 - Research consultancy services
- 73111000 - Research laboratory services
- 73200000 - Research and development consultancy services
- 73300000 - Design and execution of research and development
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The development of a Geological Disposal Facility (GDF) is essential for the final disposal of higher activity radioactive wastes in the UK. It is a critical part of the Nuclear Decommissioning Authority’s (NDA) overall mission to decommission and dispose of the UK’s nuclear legacy waste. The mission of the GDF programme is to deliver a permanent solution for the disposal of higher activity radioactive waste through the design, construction, operation and closure of a GDF. Its objectives are:
• To build trust and work in partnership with one or more communities to gain consent and support to host a GDF.
• To facilitate economic benefits and growth, delivering regional jobs and skills and a positive legacy.
• To deliver a permanent solution for the safe disposal of higher activity waste through the safe, sustainable, and cost-effective design, construction, operation and closure of a GDF.
• To enable the timely retirement of the significant and currently enduring financial liability and risk associated with above ground storage of higher activity waste, that would persist indefinitely if a disposal solution was not developed.
A GDF will be a significant piece of UK infrastructure where the majority of the facility is built between 200 and 1000 metres underground, putting the waste in purpose-built containers which are then placed in tunnels and vaults beneath several hundred metres of solid rock. Further information about the GDF programme can be found here: GDF (Geological Disposal Facility) - GOV.UK (www.gov.uk)
This Prior Information Notice relates to the future procurement of laboratory services for the investigation the impact(s) of the expected chemical environments of the MMG and Ancholme group geological settings on the corrosion behaviour of carbon steel HHGW container materials.
This PIN should be read in conjunction with the following documents, all of which can be viewed on Atamis: https://atamis-2464.my.site.com/s/Welcome
• Contract Technical Specification
• Request for Information
• Atamis Supplier User Guide
• Overview of the BATs Marketplace
You will be required to register on Atamis, and once registration is complete you can search for this PIN using the Atamis search box and using the title as a reference – PIN BATs - Investigation of Corrosion on carbon steel
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
This PIN is not a call for competition; it is to signal an intention to commence market engagement with interested organisations for the provision of laboratory services for the investigation the impact(s) of the expected chemical environments of the MMG and Ancholme group geological settings on the corrosion behaviour of carbon steel HHGW container materials for the GDF programme with industry experts and suppliers who are interested in potentially bidding for the resulting commercial agreement(s).
If you wish to participate in the market engagement please register your interest via the URL here on Atamis, no later than 12:00 BST, 5th March 2025
https://atamis-2464.my.site.com/s/Welcome
Please DO NOT register interest via any other route.
NWS are requesting written responses to a number of questions, which can be found within the Request for Information (RFI) documents on Atamis. Suppliers’ responses to these questions should be sent to NWS via the messaging function on Atamis no later than 12:00 BST, 5th March 2025
73100000 Research and experimental development services
73110000 Research services
73120000 Experimental development services
73111000 Research laboratory services
73200000 Research and development consultancy services
73210000 Research consultancy services
73300000 Design and execution of research and development
71350000 Engineering-related scientific and technical services
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
You will be required to register on BATs (if you haven't already) which can be found on record C5590 on the Atamis system. This will be released under Category 3.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of expressions of interest
Date
5 March 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.3) Additional information
The estimated value of this requirement, as stated in Section II.1.5 of this PIN, is £200,000 excluding VAT over a total maximum 18 months contract duration.
six.4) Procedures for review
six.4.1) Review body
Nuclear Waste Services Limited
Pelham House, Pelham Drive,
Calderbridge, Seascale
CA20 1DB
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/nuclear-waste-services/about