Tender

Expert Support and Alternative Solutions 2025

NUCLEAR WASTE SERVICES

This public procurement record has 1 release in its history.

Tender

14 Feb 2025 at 15:42

Summary of the contracting process

The buying organisation, Nuclear Waste Services, has initiated a public procurement process titled "Expert Support and Alternative Solutions 2025", focusing on radioactive-, toxic-, medical-, and hazardous waste services. This tender, classified under CPV code 90520000, is in the Tender stage and covers multiple regions including the UK, Europe, and beyond. Key dates include the tender period ending on 22 April 2025, with the contract period starting on 12 December 2025 and ending on 12 December 2029. The procurement method is an open procedure, with a framework valued at £14.5 million GBP.

This procurement presents substantial opportunities for businesses specialising in radioactivity and hazardous waste management. Firms with expertise in providing technical testing, analysis, consultancy, and support across the waste management lifecycle will be highly suited to this tender. Both large enterprises and organisations with the capability to manage complex waste streams and those offering innovative, sustainable, and value-for-money solutions are encouraged to participate. The comprehensive scope of work and long contract duration can provide stable and expanding business growth for successful contractors.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Expert Support and Alternative Solutions 2025

Notice Description

The scope of the procurement is to provide access to a new Expert Support & Alternative Solutions Framework for all NWS Customers with a Waste Services Contract. The framework will include: - On-site support; - Technical and professional waste services; - Enabling activities; - Development and delivery of alternative solutions (including pilots); - Research & Development; - Container and Package Quality. Organisations are invited to submit their ITT responses via NWS's Atamis system (https://atamis-2464.my.site.com/s/Welcome), which can be accessed against Record Ref C16721 'Expert Support and Alternative Solutions 2025' which is listed within the 'Find Opportunities' area on the portal. As the diversion of LLW from LLWR Repository has become business as usual over the past 10 years and decommissioning programmes at customer sites have matured; the types of waste being managed through NWS frameworks has changed. NWS are seeing an increase in the number of challenging / problematic waste streams which require broader waste acceptance criteria and/or a range of specialist waste management advice/support. Customers often also require support higher up in the waste lifecycle / value chain, covering route development / optimisation, characterisation techniques and training of their internal resources. This trend is set to continue as further changes in decommissioning occur over the next decade. It is also recognised that many NDA entities have only small numbers of resources with the knowledge and expertise needed to manage their existing and future waste arisings, as well as their historic wastes. This ESAS framework will therefore support NWS mission and vision by providing the Client and its Customers with access to an experienced pool of expert resources and fit for purpose responsive solutions, which offer value for money, sustainability and social value. Contractors will be required to have knowledge and understanding across the full radioactive waste management lifecycle and the ability to operate and execute work and provide support at any stage of the lifecycle on the Customer's, Contractor's, Client's sites or elsewhere. Contractors must have the ability to deliver all aspects of the service. Such ability may include the use of appropriate subcontractors in accordance with the conditions of contract. The framework will be for use by organisations that either currently hold, or may in future enter into, a Waste Services Contract with NWS. These organisations that either currently hold, or may in future enter into, a Waste Services Contract with NWS, include private sector bodies, plus public sector bodies that fall into one or more of the following categories (please see attachment)

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-b6c9914d-45e4-48db-9379-84ee4e363928
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/5fec7079-70b5-4977-a1c1-8e0325d0f648
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (above threshold)
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

71600000 - Technical testing, analysis and consultancy services

71621000 - Technical analysis or consultancy services

90520000 - Radioactive-, toxic-, medical- and hazardous waste services

90521000 - Radioactive waste treatment services

Notice Value(s)

Tender Value
£14,500,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
14 Feb 20251 years ago
Submission Deadline
22 Apr 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
12 Dec 2025 - 12 Dec 2029 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NUCLEAR WASTE SERVICES
Contact Name
Gillian Spence
Contact Email
gillian.spence@nuclearwasteservices.uk
Contact Phone
Not specified

Buyer Location

Locality
CALDERBRIDGE
Postcode
CA20 1DB
Post Town
Carlisle
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD1 Cumbria
Small Region (ITL 3)
TLD13 Cumberland
Delivery Location
Not specified

Local Authority
Cumberland
Electoral Ward
Gosforth
Westminster Constituency
Whitehaven and Workington

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-b6c9914d-45e4-48db-9379-84ee4e363928-2025-02-14T15:42:43Z",
    "date": "2025-02-14T15:42:43Z",
    "ocid": "ocds-b5fd17-b6c9914d-45e4-48db-9379-84ee4e363928",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "CF-0212400D4L000000iAvzUAE",
        "title": "Expert Support and Alternative Solutions 2025",
        "description": "The scope of the procurement is to provide access to a new Expert Support & Alternative Solutions Framework for all NWS Customers with a Waste Services Contract. The framework will include: - On-site support; - Technical and professional waste services; - Enabling activities; - Development and delivery of alternative solutions (including pilots); - Research & Development; - Container and Package Quality. Organisations are invited to submit their ITT responses via NWS's Atamis system (https://atamis-2464.my.site.com/s/Welcome), which can be accessed against Record Ref C16721 'Expert Support and Alternative Solutions 2025' which is listed within the 'Find Opportunities' area on the portal. As the diversion of LLW from LLWR Repository has become business as usual over the past 10 years and decommissioning programmes at customer sites have matured; the types of waste being managed through NWS frameworks has changed. NWS are seeing an increase in the number of challenging / problematic waste streams which require broader waste acceptance criteria and/or a range of specialist waste management advice/support. Customers often also require support higher up in the waste lifecycle / value chain, covering route development / optimisation, characterisation techniques and training of their internal resources. This trend is set to continue as further changes in decommissioning occur over the next decade. It is also recognised that many NDA entities have only small numbers of resources with the knowledge and expertise needed to manage their existing and future waste arisings, as well as their historic wastes. This ESAS framework will therefore support NWS mission and vision by providing the Client and its Customers with access to an experienced pool of expert resources and fit for purpose responsive solutions, which offer value for money, sustainability and social value. Contractors will be required to have knowledge and understanding across the full radioactive waste management lifecycle and the ability to operate and execute work and provide support at any stage of the lifecycle on the Customer's, Contractor's, Client's sites or elsewhere. Contractors must have the ability to deliver all aspects of the service. Such ability may include the use of appropriate subcontractors in accordance with the conditions of contract. The framework will be for use by organisations that either currently hold, or may in future enter into, a Waste Services Contract with NWS. These organisations that either currently hold, or may in future enter into, a Waste Services Contract with NWS, include private sector bodies, plus public sector bodies that fall into one or more of the following categories (please see attachment)",
        "datePublished": "2025-02-14T15:42:43Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "90520000",
            "description": "Radioactive-, toxic-, medical- and hazardous waste services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "90521000",
                "description": "Radioactive waste treatment services"
            },
            {
                "scheme": "CPV",
                "id": "71600000",
                "description": "Technical testing, analysis and consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "71621000",
                "description": "Technical analysis or consultancy services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "CA20 1DB"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 14500000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2025-04-22T17:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2025-12-12T00:00:00Z",
            "endDate": "2029-12-12T23:59:59Z"
        },
        "suitability": {
            "sme": false,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/5fec7079-70b5-4977-a1c1-8e0325d0f648",
                "datePublished": "2025-02-14T15:42:43Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "description": "NWS Expert Support and Alternative Solutions 2025 - CF Contract Notice",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/bac18b98-1d17-4f21-bbc6-e6371f9fd5ad",
                "format": "application/pdf"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-246618",
            "name": "Nuclear Waste Services",
            "identifier": {
                "legalName": "Nuclear Waste Services"
            },
            "address": {
                "streetAddress": "Pelham House",
                "locality": "Calderbridge",
                "postalCode": "CA20 1DB",
                "countryName": "GB"
            },
            "contactPoint": {
                "name": "Gillian Spence",
                "email": "gillian.spence@nuclearwasteservices.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-246618",
        "name": "Nuclear Waste Services"
    }
}