Tender

Characterisatin Services Framework

  • Nuclear Restoration Services Limited

F02: Contract notice

Notice identifier: 2025/S 000-006444

Procurement identifier (OCID): ocds-h6vhtk-04e59e

Published 20 February 2025, 5:16pm



The closing date and time has been changed to:

6 May 2025, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Nuclear Restoration Services Limited

Hinton House, Birchwood Park Avenue, Risley

Warrington

WA3 6GR

Email

liz.gilbert@nrservices.uk

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

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.4.3) 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.