Contract

Post-Closure Safety Case Framework

  • Nuclear Waste Services Limited

F03: Contract award notice

Notice identifier: 2025/S 000-067268

Procurement identifier (OCID): ocds-h6vhtk-041d16 (view related notices)

Published 21 October 2025, 5:38pm



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.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

www.intera.com

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

www.galson-sciences.co.uk

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

www.mcmenvironmental.co.uk

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

www.jacobs.com

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

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

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.