Section one: Contracting authority
one.1) Name and addresses
Nuclear Waste Services Limited
Pelham House, Pelham Drive,
Calderbridge, Seascale
CA20 1DB
Contact
Tanya Marshall
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