Notice Information
Notice Title
Expert Support and Alternative Solutions Framework 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:<br/>- On-site support;<br/>- Technical and professional waste services;<br/>- Enabling activities;<br/>- Development and delivery of alternative solutions (including pilots);<br/>- Research & Development;<br/>- Container and Package Quality.<br/><br/>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.
Lot Information
Lot 1
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. Additional information: 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:
1. Any of the following and their future successors:
(a) Ministerial government departments;
(b) Non-ministerial government departments;
(c) Executive agencies of government;
(d) Non-Departmental Public Bodies (NDPBs), including advisory NDPBs, executive NDPBs, and tribunal NDPBs;
(e) Assembly Sponsored Public Bodies (ASPBs);
(f) Police forces;
(g) Fire and rescue services;
(h) Ambulance services;
(i) Maritime and coastguard agency services;
(j) NHS bodies;
(k) Educational bodies or establishments including state schools (nursery schools, primary schools, middle or high schools, secondary schools, special schools), academies, colleges, Pupil Referral Unit (PRU), further education colleges and universities;
(l) Hospices;
(m) National Parks;
(n) Housing associations, including registered social landlords;
(o) Third sector and charities;
(p) Citizens advice bodies;
(q) Councils, including county councils, district councils, county borough councils, community councils, London borough councils, unitary councils, metropolitan councils, parish councils;
(r) Public corporations;
(s) Public financial bodies or institutions;
(t) Public pension funds;
(u) Central banks; and
(v) Civil service bodies, including public sector buying organisations.
2. Those listed and maintained by the Government on their website at https://www.gov.uk/government/organisations or any replacement or updated web-link.
3. Those listed and maintained by the Office of National Statistics (ONS) at https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide or any replacement or updated web-link.
4. Those bodies in England, Wales or Northern Ireland which are within the scope of the definition of "Contracting Authority" in regulation 2(1) of the Public Contracts Regulations 2015 (PCR) and/or Schedule 1 PCR.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04e212
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/005210-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- 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
- £14,500,000 £10M-£100M
- 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 - 11 Dec 2029 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NUCLEAR WASTE SERVICES LIMITED
- Contact Name
- Gillian Spence
- Contact Email
- gillian.spence@nuclearwasteservices.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- CALDERBRIDGE, SEASCALE
- 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
- TLD11 West Cumbria
-
- Local Authority
- Cumberland
- Electoral Ward
- Gosforth
- Westminster Constituency
- Whitehaven and Workington
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-04e212-2025-02-14T15:39:46Z",
"date": "2025-02-14T15:39:46Z",
"ocid": "ocds-h6vhtk-04e212",
"initiationType": "tender",
"tender": {
"id": "C16721",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Expert Support and Alternative Solutions Framework 2025",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "90520000",
"description": "Radioactive-, toxic-, medical- and hazardous waste services"
},
"mainProcurementCategory": "services",
"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:<br/>- On-site support;<br/>- Technical and professional waste services;<br/>- Enabling activities;<br/>- Development and delivery of alternative solutions (including pilots);<br/>- Research & Development;<br/>- Container and Package Quality.<br/><br/>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.",
"value": {
"amount": 14500000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "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.<br/><br/>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.<br/><br/>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.<br/><br/>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.<br/><br/>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. Additional information: 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:<br/>1. Any of the following and their future successors:<br/>(a) Ministerial government departments;<br/>(b) Non-ministerial government departments;<br/>(c) Executive agencies of government;<br/>(d) Non-Departmental Public Bodies (NDPBs), including advisory NDPBs, executive NDPBs, and tribunal NDPBs;<br/>(e) Assembly Sponsored Public Bodies (ASPBs);<br/>(f) Police forces;<br/>(g) Fire and rescue services;<br/>(h) Ambulance services;<br/>(i) Maritime and coastguard agency services;<br/>(j) NHS bodies;<br/>(k) Educational bodies or establishments including state schools (nursery schools, primary schools, middle or high schools, secondary schools, special schools), academies, colleges, Pupil Referral Unit (PRU), further education colleges and universities;<br/>(l) Hospices;<br/>(m) National Parks;<br/>(n) Housing associations, including registered social landlords;<br/>(o) Third sector and charities;<br/>(p) Citizens advice bodies;<br/>(q) Councils, including county councils, district councils, county borough councils, community councils, London borough councils, unitary councils, metropolitan councils, parish councils;<br/>(r) Public corporations;<br/>(s) Public financial bodies or institutions;<br/>(t) Public pension funds;<br/>(u) Central banks; and<br/>(v) Civil service bodies, including public sector buying organisations.<br/>2. Those listed and maintained by the Government on their website at https://www.gov.uk/government/organisations or any replacement or updated web-link.<br/>3. Those listed and maintained by the Office of National Statistics (ONS) at https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide or any replacement or updated web-link.<br/>4. Those bodies in England, Wales or Northern Ireland which are within the scope of the definition of \"Contracting Authority\" in regulation 2(1) of the Public Contracts Regulations 2015 (PCR) and/or Schedule 1 PCR.",
"value": {
"amount": 14500000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2025-12-12T00:00:00Z",
"endDate": "2029-12-11T23:59:59Z"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90521000",
"description": "Radioactive waste treatment services"
},
{
"scheme": "CPV",
"id": "71621000",
"description": "Technical analysis or consultancy services"
},
{
"scheme": "CPV",
"id": "71600000",
"description": "Technical testing, analysis and consultancy services"
},
{
"scheme": "CPV",
"id": "90520000",
"description": "Radioactive-, toxic-, medical- and hazardous waste services"
}
],
"deliveryAddresses": [
{
"region": "UKD11"
}
],
"deliveryLocation": {
"description": "Old Shore Road, Holmrook, Cumbria, CA19 1XP"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://atamis-2464.my.site.com/s/Welcome",
"documents": [
{
"id": "economic1",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical1",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1,
"periodRationale": "N/A"
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2025-04-22T17:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2026-04-21T23:59:59+01:00"
}
},
"awardPeriod": {
"startDate": "2025-02-14T15:00:00Z"
},
"bidOpening": {
"date": "2025-02-14T15:00:00Z"
},
"hasRecurrence": true,
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
}
},
"parties": [
{
"id": "GB-FTS-110836",
"name": "Nuclear Waste Services Limited",
"identifier": {
"legalName": "Nuclear Waste Services Limited",
"id": "05608448"
},
"address": {
"streetAddress": "Pelham House, Pelham Drive,",
"locality": "Calderbridge, Seascale",
"region": "UKD1",
"postalCode": "CA20 1DB",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Gillian Spence",
"email": "gillian.spence@nuclearwasteservices.uk",
"url": "https://atamis-2464.my.site.com/s/Welcome"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/nuclear-waste-services/about",
"buyerProfile": "https://www.gov.uk/government/organisations/nuclear-waste-services/about",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"description": "Nuclear Decommissioning"
}
]
}
},
{
"id": "GB-FTS-6953",
"name": "Royal Courts Of Justice",
"identifier": {
"legalName": "Royal Courts Of Justice"
},
"address": {
"streetAddress": "Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "rcj.dco@justice.gov.uk"
},
"roles": [
"reviewBody",
"mediationBody"
],
"details": {
"url": "https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice"
}
},
{
"id": "GB-FTS-110837",
"name": "Nuclear Waste Services Limited",
"identifier": {
"legalName": "Nuclear Waste Services Limited"
},
"address": {
"streetAddress": "Pelham House, Pelham Drive,",
"locality": "Calderbridge, Seascale",
"postalCode": "CA20 1DB",
"countryName": "United Kingdom"
},
"roles": [
"reviewContactPoint"
],
"details": {
"url": "https://www.gov.uk/government/organisations/nuclear-waste-services/about"
}
}
],
"buyer": {
"id": "GB-FTS-110836",
"name": "Nuclear Waste Services Limited"
},
"language": "en"
}