Section one: Contracting authority
one.1) Name and addresses
Nuclear Restoration Services Limited
Hinton House, Birchwood Park Avenue, Risley
Warrington
WA3 6GR
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
02264251
Internet address(es)
Main address
https://www.gov.uk/government/organisations/nuclear-restoration-services
Buyer's address
https://www.gov.uk/government/organisations/nuclear-restoration-services
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 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
Characterisatin Services Framework
two.1.2) Main CPV code
- 79723000 - Waste analysis services
two.1.3) Type of contract
Services
two.1.4) Short description
The Contracting authority seeks to conduct a procurement to establish a Framework Agreement for delivery of a range of characterisation services.
It is anticipated that the Framework services include but are not limited to; laboratory analysis, fingerprint services and additional characterisation services, across up to 4 lots.
Anticipated Framework is to support Nuclear Restoration Services (NRS) requirements. Access to some NDA OpCos is also possible via multi provider lots, (whilst it is envisaged that usage outside of NRS will be limited)
Maximum value range of up to £13- £20 million, however spend may not reach this range.
Those wishing to access the associated tender documents and/or participate within the tender process should register their Organisation details at https://one-nda.force.com/s/Welcome and search under the procurement title or reference C20416 within the ‘find opportunities’ page.
Please note that participation conditions apply to this tender process. Further details can be found within associated procurement documents.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 - Analytical Laboratory Services
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
- 71600000 - Technical testing, analysis and consultancy services
- 71900000 - Laboratory services
- 71620000 - Analysis services
- 71621000 - Technical analysis or consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Analytical Laboratory Services (excluding ILW samples requiring specialist facilities due to higher radioactivity levels)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Optional extension period
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) Description
two.2.1) Title
Lot 2 - Fingerprint Services
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
- 71600000 - Technical testing, analysis and consultancy services
- 71621000 - Technical analysis or consultancy services
- 71900000 - Laboratory services
- 71620000 - Analysis services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Fingerprint Services
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Optional extension period
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) Description
two.2.1) Title
Lot 3 - Laboratory Services
Lot No
3
two.2.2) Additional CPV code(s)
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
- 71620000 - Analysis services
- 71600000 - Technical testing, analysis and consultancy services
- 71900000 - Laboratory services
- 71621000 - Technical analysis or consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Laboratory Services
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Optional extension period
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) Description
two.2.1) Title
Lot 4 - Additional Characterisation Services
Lot No
4
two.2.2) Additional CPV code(s)
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
- 71600000 - Technical testing, analysis and consultancy services
- 71620000 - Analysis services
- 71621000 - Technical analysis or consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Additional Characterisation Services
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Optional extension period
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.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
Should you be interested in participating within the tender process in response to the contract notice you must first qualify to do so by meeting the conditions for participation set out in the procurement documents
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
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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Alignment to compariable contracts
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
Originally published as:
Date
7 April 2025
Local time
4:00pm
Changed to:
Date
6 May 2025
Local time
12:00pm
See the change notice.
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
22 April 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: 12 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Should you be interested in participating within the tender process in response to the contract notice you must first qualify to do so by meeting the conditions for participation set out in the procurement documents.
six.4) Procedures for review
six.4.1) Review body
Royal Courts Of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The contracting authority will incorporate a minimum of 10 calendar days standstill period in accordance with the Public Contract Regulations prior to concluding the award of any contract pursuant to this notice.