Contract

Road Transport Services

  • Nuclear Waste Services Limited

F20: Modification notice

Notice identifier: 2025/S 000-071710

Procurement identifier (OCID): ocds-h6vhtk-03374f

Published 6 November 2025, 3:11pm



Section one: Contracting authority/entity

one.1) Name and addresses

Nuclear Waste Services Limited

Pelham House, Pelham Drive,

Calderbridge, Seascale

CA20 1DB

Contact

Naomi Dmytrowski-Jones

Email

naomi.dmytrowski-jones@nuclearwasteservices.uk

Country

United Kingdom

NUTS 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


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Road Transport Services

Reference number

C5601

two.1.2) Main CPV code

  • 60100000 - Road transport services

two.1.3) Type of contract

Services

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKD11 - West Cumbria

two.2.4) Description of the procurement at the time of conclusion of the contract:

Road Transport Services DPS - Radioactive Waste Road Transport Service inclusive of ocean freight management to support logistics services associated with the UK Nuclear Industry

two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Start date

1 April 2023

End date

23 February 2029

In the case of framework agreements, provide justification for any duration exceeding 4 years

Under PCR15 there is no maximum duration for a DPS

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.2) Administrative information

four.2.1) Contract award notice concerning this contract

Notice number: 2025/S 000-066226


Section five. Award of contract/concession

Contract No

C5601

Title

Road Transport Services

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

3 April 2023

five.2.2) Information about tenders

The contract/concession has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

CTS (GB) Ltd

Unit 43 Easter Park, Silchester

Berkshire

RG7 2PQ

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
National registration number

03461836

Internet address

www.cts-logistics.co.uk

The contractor/concessionaire is an SME

Yes

five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £23,930


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.4.2) Body responsible for mediation procedures

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.

six.4.4) Service from which information about the review procedure may be obtained

Nuclear Waste Services Limited

Pelham House, Pelham Drive,

Calderbridge, Seascale

CA20 1DB

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/nuclear-waste-services/about


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 60100000 - Road transport services

seven.1.3) Place of performance

NUTS code
  • UKD11 - West Cumbria

seven.1.4) Description of the procurement:

Road Transport Services DPS - Radioactive Waste Road Transport Service inclusive of ocean freight management to support logistics services associated with the UK Nuclear Industry

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Start date

1 April 2023

End date

23 February 2029

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Under PCR15 there is no maximum duration for a DPS

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£23,930

seven.1.7) Name and address of the contractor/concessionaire

CTS (GB) Ltd

Unit 43 Easter Park, Silchester

Berkshire

RG7 2PQ

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
National registration number

03461836

Internet address

www.cts-logistics.co.uk

The contractor/concessionaire is an SME

Yes

seven.2) Information about modifications

seven.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

Change to Insurance & Liability

seven.2.2) Reasons for modification

Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.

Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:

Update to the contract terms in line with the insurance market.

seven.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £25,000,000

Total contract value after the modifications

Value excluding VAT: £25,000,000