Tender

Post-Closure Safety Case Framework

  • Nuclear Waste Services Limited

F02: Contract notice

Notice identifier: 2025/S 000-005387

Procurement identifier (OCID): ocds-h6vhtk-041d16

Published 17 February 2025, 2:27pm



Section one: Contracting authority

one.1) Name and addresses

Nuclear Waste Services Limited

Pelham House, Pelham Drive,

Calderbridge, Seascale

CA20 1DB

Contact

Tanya Marshall

Email

tanya.marshall@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

Access to the procurement documents is restricted. Further information can be obtained at

https://one-nda.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://one-nda.force.com/s/Welcome

Tenders or requests to participate must be submitted to the above-mentioned 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://one-nda.force.com/s/Welcome

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Responsible for implementing geological disposal of higher activity radioactive wastes.


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Post-Closure Safety Case Framework

Reference number

C18104

two.1.2) Main CPV code

  • 98113100 - Nuclear safety services

two.1.3) Type of contract

Services

two.1.4) Short description

Post-closure safety cases demonstrate the safety of radioactive waste & geological disposal over long timescales & large uncertainties. This framework requires experts in PCSC production, methodology, modelling & knowledge management.

two.1.5) Estimated total value

Value excluding VAT: £6,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 73210000 - Research consultancy services
  • 98113100 - Nuclear safety services
  • 90721000 - Environmental safety services
  • 79417000 - Safety consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

n/a

two.2.4) Description of the procurement

Post-closure safety cases demonstrate the safety of radioactive waste & geological disposal over long timescales & large uncertainties. This framework requires experts in PCSC production, methodology, modelling & knowledge management.

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: £6,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

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


Section three. Legal, economic, financial and technical information

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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 several operators

Envisaged maximum number of participants to the framework agreement: 5

In the case of framework agreements, provide justification for any duration exceeding 4 years:

The Framework Duration will be 4 years.

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-034975

four.2.2) Time limit for receipt of tenders or requests to participate

Date

21 March 2025

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

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court

Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.justice.gov.uk