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.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.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £6,000,000
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
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
Quality criterion - Name: Technical / Weighting: 70
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Price / Weighting: 20
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 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
four.1.6) Information about electronic auction
An electronic auction will be used
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-005387
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
21 October 2025
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 3
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
INTERA
Eagle House, 28 Billing Road, Northampton, Northamptonshire
Northampton
NN1 5AJ
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
15462033
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £6,000,000
Lowest offer: £1 / Highest offer: £6,000,000 taken into consideration
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 25 %
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
21 October 2025
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 3
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Galson Sciences Limited.
5 Grosvenor House Melton Road Oakham Rutland
Oakham
LE15 6AX
Country
United Kingdom
NUTS code
- UKG3 - West Midlands
National registration number
02738897
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £6,000,000
Lowest offer: £1 / Highest offer: £6,000,000 taken into consideration
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 25 %
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
21 October 2025
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 3
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
MCM Environmental Services Ltd
Ground Floor, 23 Westfield Park, Redland, Bristol
Redland
BS6 6LT
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
10128718
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £6,000,000
Lowest offer: £1 / Highest offer: £6,000,000 taken into consideration
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 25 %
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
21 October 2025
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 3
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Eden Nuclear
Eden Business Park, 1 Mereside, Greenbank Road, Gilwilly Industrial Estate
Penrith
CA11 9FB
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £6,000,000
Lowest offer: £1 / Highest offer: £6,000,000 taken into consideration
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 25 %
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
21 October 2025
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 3
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
AMENTUM CLEAN ENERGY LIMITED
305 Bridgewater Place, Birchwood Park
Warrington
WA36XG
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
01172655
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £6,000,000
Lowest offer: £1 / Highest offer: £6,000,000 taken into consideration
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 25 %
Section six. Complementary information
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
Any appeals should be promptly brought to the attention of the contact specified in Section I above, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015.
Any appeals must be brought within the timescales specified by the applicable law, including without limitation, the Public Contracts Regulations 2015. In
accordance with the Public Contracts Regulations 2015, the Contracting Authority will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.