Tender

Expert Support and Alternative Solutions Framework 2025

  • Nuclear Waste Services Limited

F02: Contract notice

Notice identifier: 2025/S 000-005210

Procurement identifier (OCID): ocds-h6vhtk-04e212

Published 14 February 2025, 3:39pm



Section one: Contracting authority

one.1) Name and addresses

Nuclear Waste Services Limited

Pelham House, Pelham Drive,

Calderbridge, Seascale

CA20 1DB

Contact

Gillian Spence

Email

gillian.spence@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

Nuclear Decommissioning


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Expert Support and Alternative Solutions Framework 2025

Reference number

C16721

two.1.2) Main CPV code

  • 90520000 - Radioactive-, toxic-, medical- and hazardous waste services

two.1.3) Type of contract

Services

two.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 (https://atamis-2464.my.site.com/s/Welcome), 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.

two.1.5) Estimated total value

Value excluding VAT: £14,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.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

two.2.3) Place of performance

NUTS codes
  • UKD11 - West Cumbria
Main site or place of performance

Old Shore Road, Holmrook, Cumbria, CA19 1XP

two.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.

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: £14,500,000

two.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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

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 https://www.gov.uk/government/organisations or any replacement or updated web-link.
3. Those listed and maintained by the Office of National Statistics (ONS) at https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide 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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.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

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 tenders or requests to participate

Date

22 April 2025

Local time

5:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 21 April 2026

four.2.7) Conditions for opening of tenders

Date

14 February 2025

Local time

3:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Royal Courts Of Justice

Strand

London

WC2A 2LL

Email

rcj.dco@justice.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice

six.4.2) Body responsible for mediation procedures

Royal Courts Of Justice

Strand

London

WC2A 2LL

Email

rcj.dco@justice.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice

six.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

Internet address

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