Contract

Workplace Services

  • Nuclear Restoration Services Limited

F03: Contract award notice

Notice identifier: 2025/S 000-085452

Procurement identifier (OCID): ocds-h6vhtk-04544e (view related notices)

Published 22 December 2025, 2:33pm



Section one: Contracting authority

one.1) Name and addresses

Nuclear Restoration Services Limited

Hinton House, Birchwood Park Avenue, Risley

Warrington

WA3 6GR

Email

steven.j.lock@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.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

Workplace Services

Reference number

C24237

two.1.2) Main CPV code

  • 79993100 - Facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of Workplace Services to all Nuclear Restoration Services locations, providing Hard and Soft Facilities Management Services, including assetand infrastructure care services.

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: £515,200,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 45430000 - Floor and wall covering work
  • 71600000 - Technical testing, analysis and consultancy services
  • 90650000 - Asbestos removal services
  • 90620000 - Snow-clearing services
  • 79993100 - Facilities management services
  • 77211500 - Tree-maintenance services
  • 55300000 - Restaurant and food-serving services
  • 45330000 - Plumbing and sanitary works
  • 45310000 - Electrical installation work
  • 64100000 - Post and courier services
  • 45420000 - Joinery and carpentry installation work
  • 50530000 - Repair and maintenance services of machinery
  • 71314000 - Energy and related services
  • 79992000 - Reception services
  • 55500000 - Canteen and catering services
  • 79993000 - Building and facilities management services
  • 98395000 - Locksmith services
  • 72250000 - System and support services
  • 50410000 - Repair and maintenance services of measuring, testing and checking apparatus
  • 45210000 - Building construction work
  • 45231100 - General construction work for pipelines
  • 50116100 - Electrical-system repair services
  • 45259100 - Wastewater-plant repair and maintenance work
  • 50883000 - Repair and maintenance services of catering equipment
  • 70330000 - Property management services of real estate on a fee or contract basis
  • 50750000 - Lift-maintenance services
  • 45450000 - Other building completion work
  • 50430000 - Repair and maintenance services of precision equipment
  • 45260000 - Roof works and other special trade construction works
  • 90700000 - Environmental services
  • 45300000 - Building installation work
  • 77310000 - Planting and maintenance services of green areas
  • 45440000 - Painting and glazing work
  • 79810000 - Printing services
  • 77314000 - Grounds maintenance services
  • 98310000 - Washing and dry-cleaning services
  • 55520000 - Catering services
  • 71500000 - Construction-related services
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 50230000 - Repair, maintenance and associated services related to roads and other equipment
  • 79810000 - Printing services
  • 50800000 - Miscellaneous repair and maintenance services
  • 45351000 - Mechanical engineering installation works
  • 72224000 - Project management consultancy services
  • 90711100 - Risk or hazard assessment other than for construction
  • 63712600 - Vehicle refuelling services
  • 48421000 - Facilities management software package
  • 50700000 - Repair and maintenance services of building installations
  • 71310000 - Consultative engineering and construction services
  • 71315000 - Building services
  • 65500000 - Meter reading service
  • 90640000 - Gully cleaning and emptying services
  • 72512000 - Document management services
  • 77300000 - Horticultural services
  • 77340000 - Tree pruning and hedge trimming
  • 79992000 - Reception services
  • 90460000 - Cesspool or septic tank emptying services
  • 90600000 - Cleaning and sanitation services in urban or rural areas, and related services
  • 79993000 - Building and facilities management services
  • 90500000 - Refuse and waste related services
  • 98395000 - Locksmith services
  • 98351000 - Car park management services
  • 98311100 - Laundry-management services
  • 90922000 - Pest-control services
  • 90910000 - Cleaning services
  • 90511400 - Paper collecting services
  • 98340000 - Accommodation and office services
  • 90900000 - Cleaning and sanitation services
  • 98311000 - Laundry-collection services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Any Nuclear Restoration Services Location

two.2.4) Description of the procurement

Provision of Workplace Services to all Nuclear Restoration Services (NRS) sites, delivering hard and soft FM services. Services will be deliverd to ensure adequate levels of housekeeping and maintenance in industrial and commercial environments, providing asset care support in the form of multi-disciplined services, which will be delivered without reducing NRS operational capability and whilst retaining regulatory compliance.

Deliverables will be performed within conventional offices and plant areas andwill also be required within our radiation controlled areas.

All Services must be delivered in a safe and compliant manner, providing a responsive and flexible Service, whilst maintaining cost effective delivery.

Services will be required at all NRS sites including two transferring AGR stations that will transfer to NRS control in 2027:
April 27 - Hunterston B
April 27 - Hinkley Point B

NRS Dounreay Site will transition to this contract in October 2026.

Note: Evaluation is based on the Price Per Quality Point method.

two.2.5) Award criteria

Quality criterion - Name: AQB1 - 1.1 - Planning and delivery of PPM and remedial works / Weighting: 8

Quality criterion - Name: AQB1-1.2 - Delivering value in the delivery of billable works / Weighting: 6

Quality criterion - Name: AQB1-1.3 - Management of billable works / Weighting: 6

Quality criterion - Name: AQB2-2.1 - Added Value and Innovation / Weighting: 6

Quality criterion - Name: AQB2-2.2 - Identification, management, communication and reporting of improvement opportunities / Weighting: 4

Quality criterion - Name: AQB3-3.1 - Detail the EHS&Q Management Structure, responsibilities and culture / Weighting: 5

Quality criterion - Name: AQB3-3.2 - Flow down of EHS&Q Policy and Strategy / Weighting: 2.5

Quality criterion - Name: AQB3-3.3 - Application of Lessons Learnt / Weighting: 2.5

Quality criterion - Name: AQB4-4.1 - Management & delivery team / Weighting: 12

Quality criterion - Name: AQB4-4.2 - Co-Ordination and control of service management / Weighting: 8

Quality criterion - Name: AQB5-5.1 - Approach & processes for the appointment and engagement of subcontractors, SME Commitment and subcontract performance measurement. / Weighting: 14

Quality criterion - Name: AQB5-5.2 - How supply chain will be aligned to the risk and rewards of the contract. / Weighting: 6

Quality criterion - Name: AQB6-6.1 - Seamless transition & mobilisation. / Weighting: 3.5

Quality criterion - Name: AQB6-6.2 - TUPE Approach / Weighting: 2.5

Quality criterion - Name: AQB6-6.3 - Transition & Mobilisation Team / Weighting: 2.0

Quality criterion - Name: AQB6-6.4 - Asset Validation / Weighting: 2.0

Quality criterion - Name: AQC1-1.1 - Employee engagement, development & retention / Weighting: 4

Quality criterion - Name: AQC1-1.2 - SME Engagement / Weighting: 3

Quality criterion - Name: AQC1-1.3 - Community benefit initiatives / Weighting: 3

Price - Weighting: 0

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.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-013074


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

22 December 2025

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

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

Amey Community Limited

Chancery Exchange, 10 Furnival Street

London

EC4A 1AB

Country

United Kingdom

NUTS code
  • UKI - London
National registration number

02564794

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: £515,200,000

Lowest offer: £80,690,484.66 / Highest offer: £155,426,274.02 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: 40 %

Short description of the part of the contract to be subcontracted

Multiple requirements to aid delivery of Planned Preventative Maintenance (PPM) services, project delivery and delivery of Soft Services.


Section six. Complementary information

six.3) Additional information

Evaluation of tenders is based on a Price Per Quality Point method.

six.4) Procedures for review

six.4.1) Review body

Nuclear Restoration Services Limited

Hinton House, Birchwood Park Avenue, Risley

Warrington

WA3 6GR

Email

nrs.supplier.queries@nrservices.uk

Country

United Kingdom

Internet address

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

six.4.2) Body responsible for mediation procedures

London Court of International Arbitration

1 Paternoster Lane

London

EC4M 7BQ

Country

United Kingdom

Internet address

https://www.lcia.org/

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 direct award is communicated

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

Nuclear Restoration Services Limited

Hinton House, Birchwood Park Avenue, Risley

Warrington

WA3 6GR

Email

nrs.supplier.queries@nrservices.uk

Country

United Kingdom

Internet address

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