Award

The provisions for services to collect, transport, store and process existing High Activity Sealed Radioactive Sources (SRS) using a pre-determined disposal route.

NUCLEAR DECOMMISSIONING AUTHORITY

This public procurement record has 5 releases in its history.

Award

02 Sep 2025 at 15:21

TenderUpdate

12 Jun 2025 at 10:34

Tender

11 Jun 2025 at 14:46

PlanningUpdate

10 Mar 2025 at 08:52

Planning

07 Mar 2025 at 13:41

Summary of the contracting process

The Nuclear Decommissioning Authority (NDA), located in Cumbria, UK, has completed the procurement process for services involving the collection, transport, storage, and processing of High Activity Sealed Radioactive Sources (SRS) related to Caesium-137. The procurement was initiated as part of a Home Office-led initiative to replace and dispose of these sources used in medical and research industries. The project's first phase is valued at £4.5 million, with an option for a one-year extension beyond the initial contract period, which runs from 25th September 2025 to 24th September 2028. The chosen open procurement procedure involved bidders such as Eckert and Ziegler and Transrad, with the former being awarded the contract to handle this significant responsibility across the United Kingdom.

This tender presents substantial opportunities for businesses capable of handling radioactive materials and waste management services. Firms with expertise in dismantling, transporting, and safely processing radioactive materials are well-positioned to benefit. The contract's phased approach suggests potential for extended engagement and business growth, especially for SMEs like Transrad, which participated in the final award phase. The NDA requires providers to manage complex logistics, safety protocols, and regulatory compliance, highlighting roles for large firms or consortia with robust waste management and engineering capabilities. The programme's national security considerations further underline the necessity for businesses with a strong compliance background in this sector.

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

The provisions for services to collect, transport, store and process existing High Activity Sealed Radioactive Sources (SRS) using a pre-determined disposal route.

Notice Description

The Home Office have established a programme for the replacement and disposal of Caesium-137 High Activity Sealed Sources (HASS), used in the medical and research industries, as part of a strategy to reduce the likelihood of a terrorist using high risk radiological materials in the UK. The Nuclear Decommissioning Authority (NDA) has been instructed by the Department of Energy Security & Net-Zero (DESNZ) to support the Home Office-led initiative by providing support and expertise knowledge for the collection of the HASS and managing the HASS through a suitable waste management route. The Miscellaneous Beta Gamma Waste Store (MBGWS) at Sellafield is the current waste management route for sealed sources in the UK. The programme is voluntary, meaning owners of Cs-137 sources (End-Users) within scope can apply to participate in the scheme to dispose of their sources and receive a grant for replacing with safer technologies. The programme will be delivered in phases as End-Users make their sources available for disposal. The NDA, with their trusted partner Nuclear Transport Solutions (NTS), is leading on the procurement and delivery of the first phase of this programme. This first phase of the programme will act as a pathfinder and lessons learned will be fundamental for the future success of the programme. The NDA are looking for a supplier, or consortium of suppliers, to deliver the first phase of this programme. The high-level scope of this procurement includes: * Number of Irradiator Units - 6 with the option to add a further 3 Irradiator Units * Number of Cs-137 sources - 12 sources in the 6 original Irradiator Units with 2 sources per Irradiator Unit, potential for a further 6 sources in the optional 3 Irradiator Units * Geographical area - United Kingdom * Models of Irradiator Units - Gammacell (r) 3000 and IBL 437 * Supplier to collect, transport, store and process the Irradiator Unit(s), ), in the UK or abroad, to remove the Cs-137 sources. * Pack the Cs-137 sources into the disposable liner and 1648C transport package for return to Sellafield MBGWS. The 1648C transport package is an NDA Group asset that is currently in the process of being licenced as a Type B(M) transport package, led by Nuclear Transport Solutions (NTS). The 1648C is widely and regularly received and managed at MBGWS at Sellafield. The proposed scope is likely to be broadly split into two delivery phases: Phase 1 * The Supplier is to complete all pre-collection activities to prepare the Irradiator Unit(s) for collection from the End-User premises including, but not limited to, obtaining all required permits and licences, coordinating on logistics and schedules and putting in place all health and safety requirements etc. * The Supplier is to dismantle the Irradiator Unit(s) and package the Irradiator Unit(s) for transport to the Supplier premises (in the UK or abroad) ensuring it has the required consents and permits to transport . * The Supplier will ensure they have all required permits and capacity to store the sources for up to 36 months on the Supplier premises in either the Irradiator Units or a suitable liner. * The Supplier will process the Irradiator Unit(s) to remove the Cs-137 sources and place into the appropriate liner. * Additionally, the Supplier premises will have the capability, or agree to develop the capability, to handle and interface with the 1648C and its accompanying liner once it has been licenced enabling the sources to be packed into the disposable liner for return to Sellafield. * The Supplier will pack the sources into the disposable liner and the 1648C transport package, when available. After completion of Phase 1, the Authority will have the option to exercise a break clause within the proposed contract should the Supplier not be required for return of the sources. In the event that the Supplier is not required for return of the sources, the Supplier commits to support the Authority in preparing the sources for return via an alternative route to be determined. Phase 2 * The Supplier will collect the 1648C transport packages and disposable liners from the UK and transport to the Supplier premises ready for return of the sources. * The Supplier will then load the sources into the disposable liner and subsequently the 1648C transport packages, onto the universal transport frame (UTF), and transport the sources back to the UK, directly to Sellafield. Please be advised that participation in this procurement process is subject to national security considerations. Suppliers may be excluded if their proposal is deemed to pose a risk to national security.

Lot Information

Lot 1

Options: 3 years + 1 year (total 4 years if option taken)

Renewal: Option for 1 year extension upon instruction from the authority

Planning Information

The NDA shall host a supplier engagement event on 27th March 2025, 09.30am to 12:30pm. This supplier event will be via a Microsoft Teams conference. To register an interest please sign into or register with Atamis our e-sourcing portal: https://one-nda.force.com/s/Welcome. Use the messaging function within the Atamis PIN project (C24417) to provide details of names and email addresses of attendees. Maximum of 2 staff per supplier. This call will provide suppliers with a high-level overview of the programme, the procurement's objectives and key requirements, and act as an opportunity for suppliers to ask questions. There is the potential for supplier one-to-one sessions the following week.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04ea87
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/053283-2025
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
UK6 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

90521100 - Collection of radioactive waste

90521200 - Radioactive waste storage services

90521300 - Disposal of radioactive waste

90521400 - Transport of radioactive waste

Notice Value(s)

Tender Value
£4,500,000 £1M-£10M
Lots Value
£4,500,000 £1M-£10M
Awards Value
£4,500,000 £1M-£10M
Contracts Value
Not specified

Notice Dates

Publication Date
2 Sep 20255 months ago
Submission Deadline
16 Jul 2025Expired
Future Notice Date
18 Apr 2025Expired
Award Date
31 Aug 20255 months ago
Contract Period
24 Sep 2025 - 24 Sep 2028 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Pending
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NUCLEAR DECOMMISSIONING AUTHORITY
Contact Name
Madeline Jones
Contact Email
madeline.jones@nda.gov.uk
Contact Phone
01925 802875

Buyer Location

Locality
CUMBRIA
Postcode
CA24 3HU
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
Egremont North and St Bees
Westminster Constituency
Whitehaven and Workington

Supplier Information

Number of Suppliers
1
Supplier Name

ECKERT AND ZIEGLER

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-h6vhtk-04ea87-2025-09-02T16:21:19+01:00",
    "date": "2025-09-02T16:21:19+01:00",
    "ocid": "ocds-h6vhtk-04ea87",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PVDH-2346-PXDL",
            "name": "Nuclear Decommissioning Authority",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVDH-2346-PXDL"
            },
            "address": {
                "streetAddress": "Herdus House Westlakes Science and Technology Park Moor Row",
                "locality": "Cumbria",
                "postalCode": "CA24 3HU",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD11"
            },
            "contactPoint": {
                "name": "Madeline Jones",
                "email": "madeline.jones@nda.gov.uk",
                "telephone": "01925 802875"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/nuclear-decommissioning-authority",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PZQL-4953-GDLG",
            "name": "Eckert and Ziegler",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PZQL-4953-GDLG"
            },
            "address": {
                "streetAddress": "3A Didcot Park, Churchward, Didcot",
                "locality": "Didcot",
                "postalCode": "OX11 7HB",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ14"
            },
            "contactPoint": {
                "email": "bob.baker@ezag.com"
            },
            "roles": [
                "supplier",
                "tenderer"
            ],
            "details": {
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-PPON-PCVC-9918-NPCP",
            "name": "Transrad",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PCVC-9918-NPCP"
            },
            "address": {
                "streetAddress": "Avenue de l'esperance, 1, Site IRE",
                "locality": "Fleurus",
                "postalCode": "6220",
                "country": "BE",
                "countryName": "Belgium",
                "region": "BE"
            },
            "roles": [
                "tenderer"
            ],
            "details": {
                "scale": "sme",
                "vcse": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PVDH-2346-PXDL",
        "name": "Nuclear Decommissioning Authority"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "The NDA shall host a supplier engagement event on 27th March 2025, 09.30am to 12:30pm. This supplier event will be via a Microsoft Teams conference. To register an interest please sign into or register with Atamis our e-sourcing portal: https://one-nda.force.com/s/Welcome. Use the messaging function within the Atamis PIN project (C24417) to provide details of names and email addresses of attendees. Maximum of 2 staff per supplier. This call will provide suppliers with a high-level overview of the programme, the procurement's objectives and key requirements, and act as an opportunity for suppliers to ask questions. There is the potential for supplier one-to-one sessions the following week.",
                "dueDate": "2025-03-24T23:59:59Z",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "008351-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/008351-2025",
                "datePublished": "2025-03-07T13:41:43Z",
                "format": "text/html"
            },
            {
                "id": "008448-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/008448-2025",
                "datePublished": "2025-03-10T08:52:30Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "C24417",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "The provisions for services to collect, transport, store and process existing High Activity Sealed Radioactive Sources (SRS) using a pre-determined disposal route.",
        "description": "The Home Office have established a programme for the replacement and disposal of Caesium-137 High Activity Sealed Sources (HASS), used in the medical and research industries, as part of a strategy to reduce the likelihood of a terrorist using high risk radiological materials in the UK. The Nuclear Decommissioning Authority (NDA) has been instructed by the Department of Energy Security & Net-Zero (DESNZ) to support the Home Office-led initiative by providing support and expertise knowledge for the collection of the HASS and managing the HASS through a suitable waste management route. The Miscellaneous Beta Gamma Waste Store (MBGWS) at Sellafield is the current waste management route for sealed sources in the UK. The programme is voluntary, meaning owners of Cs-137 sources (End-Users) within scope can apply to participate in the scheme to dispose of their sources and receive a grant for replacing with safer technologies. The programme will be delivered in phases as End-Users make their sources available for disposal. The NDA, with their trusted partner Nuclear Transport Solutions (NTS), is leading on the procurement and delivery of the first phase of this programme. This first phase of the programme will act as a pathfinder and lessons learned will be fundamental for the future success of the programme. The NDA are looking for a supplier, or consortium of suppliers, to deliver the first phase of this programme. The high-level scope of this procurement includes: * Number of Irradiator Units - 6 with the option to add a further 3 Irradiator Units * Number of Cs-137 sources - 12 sources in the 6 original Irradiator Units with 2 sources per Irradiator Unit, potential for a further 6 sources in the optional 3 Irradiator Units * Geographical area - United Kingdom * Models of Irradiator Units - Gammacell (r) 3000 and IBL 437 * Supplier to collect, transport, store and process the Irradiator Unit(s), ), in the UK or abroad, to remove the Cs-137 sources. * Pack the Cs-137 sources into the disposable liner and 1648C transport package for return to Sellafield MBGWS. The 1648C transport package is an NDA Group asset that is currently in the process of being licenced as a Type B(M) transport package, led by Nuclear Transport Solutions (NTS). The 1648C is widely and regularly received and managed at MBGWS at Sellafield. The proposed scope is likely to be broadly split into two delivery phases: Phase 1 * The Supplier is to complete all pre-collection activities to prepare the Irradiator Unit(s) for collection from the End-User premises including, but not limited to, obtaining all required permits and licences, coordinating on logistics and schedules and putting in place all health and safety requirements etc. * The Supplier is to dismantle the Irradiator Unit(s) and package the Irradiator Unit(s) for transport to the Supplier premises (in the UK or abroad) ensuring it has the required consents and permits to transport . * The Supplier will ensure they have all required permits and capacity to store the sources for up to 36 months on the Supplier premises in either the Irradiator Units or a suitable liner. * The Supplier will process the Irradiator Unit(s) to remove the Cs-137 sources and place into the appropriate liner. * Additionally, the Supplier premises will have the capability, or agree to develop the capability, to handle and interface with the 1648C and its accompanying liner once it has been licenced enabling the sources to be packed into the disposable liner for return to Sellafield. * The Supplier will pack the sources into the disposable liner and the 1648C transport package, when available. After completion of Phase 1, the Authority will have the option to exercise a break clause within the proposed contract should the Supplier not be required for return of the sources. In the event that the Supplier is not required for return of the sources, the Supplier commits to support the Authority in preparing the sources for return via an alternative route to be determined. Phase 2 * The Supplier will collect the 1648C transport packages and disposable liners from the UK and transport to the Supplier premises ready for return of the sources. * The Supplier will then load the sources into the disposable liner and subsequently the 1648C transport packages, onto the universal transport frame (UTF), and transport the sources back to the UK, directly to Sellafield. Please be advised that participation in this procurement process is subject to national security considerations. Suppliers may be excluded if their proposal is deemed to pose a risk to national security.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90521100",
                        "description": "Collection of radioactive waste"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90521200",
                        "description": "Radioactive waste storage services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90521300",
                        "description": "Disposal of radioactive waste"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90521400",
                        "description": "Transport of radioactive waste"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 5400000,
            "amount": 4500000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2025-09-01T00:00:00+01:00",
                    "endDate": "2028-08-31T23:59:59+01:00",
                    "maxExtentDate": "2029-08-30T23:59:59+01:00"
                },
                "status": "complete",
                "value": {
                    "amountGross": 5400000,
                    "amount": 4500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "T1.a Technical capabilities and delivery methodology",
                            "description": "T1a. * Equipment and technology: Demonstrate a clear understanding and knowledge of the technical elements and operational challenges and articulate how you intend to overcome these by describing the facility, equipment, and technology that will be used to deliver the Services. Highlight how your technology and equipment are suited for: o dismantling and transporting Irradiator Units o safely removing the HASS o interfacing with the return transport package o packaging, and transporting radioactive material Explain how you will ensure that the technical equipment and infrastructure needed is or will be available for the execution of the Contract (incl. transport package for transporting Irradiator Units, interfacing with the 1648C transport package and disposable liner): clearly articulate operational and Services provision requirements (all instrumentation and equipment, transport, etc.) and how you plan to fulfil those while providing Value for Money.",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "T1.b Technical capabilities and delivery methodology",
                            "description": "T1b. * Methodology: provide a detailed methodology (including mode of transport, interim storage locations and durations, storage/processing strategy, and storage form etc.) for delivering the Services efficiently. Include a description of the quality control system applied to the Service(s) concerning the quality of the deliverables (e.g., Quality Plans), relevant Work plan, Health and Safety plan, Site-specific safety plan, and route plan. Also include information about contingency planning (e.g., aborted collections, transport contingencies such as alternative transport and security arrangements; technical contingencies such as backup systems for equipment failure; financial contingencies such as insurance; logistical contingencies for issues such as customs and border control and coordination with local authorities; etc.).",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "T2.a Company Profile, allocated Team and Experience",
                            "description": "(Org. and staff qualifications, certifications, knowledge and understanding of security protocols, OBS and CVs, LFE use) Demonstrate that the organisation (incl. sub-contractors) have the necessary Consents and Approvals, and personnel have the, required skills and experience, for the activities described in the Services Specification across the areas of radioactive material and Irradiator Unit transportation, waste management, and HASS handling, management, storage, and source transport: T2a. * Referring to the methodology to be deployed, please demonstrate your understanding of Consents and Approvals required to deliver the Services (especially those related to safety, security and the import/export/handling/storage/transport of radioactive materials). This also includes the organisation's quality management, safety and security protocols for handling HASS/radioactive material, including any emergency response plans, staff training programs, and specific measures to ensure secure transportation.",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "T2.b Company Profile, allocated Team and Experience",
                            "description": "(Org. and staff qualifications, certifications, knowledge and understanding of security protocols, OBS and CVs, LFE use) Demonstrate that the organisation (incl. sub-contractors) have the necessary Consents and Approvals, and personnel have the, required skills and experience, for the activities described in the Services Specification across the areas of radioactive material and Irradiator Unit transportation, waste management, and HASS handling, management, storage, and source transport T2b. * Please provide a clearly defined Organisational Breakdown Structure which includes pen pictures/CVs that are tailored, demonstrate value and expertise which are relevant to the Services Specification, and identify the delivery Team's experience within these areas.",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "T2.c Company Profile, allocated Team and Experience",
                            "description": "T2c. * Please explain and demonstrate your capability in terms of how additional Learning from Experience (LFE) and previous expertise will be utilised to maximise successful and timely delivery of the Services. T2c. * Please explain and demonstrate your capability in terms of how additional Learning from Experience (LFE) and previous expertise will be utilised to maximise successful and timely delivery of the Services.",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "T3. Timely mobilisation and Service delivery (within expected timeframes)",
                            "description": "Readiness to begin the Service delivery compliantly, remove the Irradiator Units and complete the Service phases successfully at the earliest time. * Please submit detailed realistic timelines/schedules indicating your readiness to commence Services in line with the Contract Commencement Date. Please note, while the Authority places a high value on efficiency and quick turnaround times, it is imperative that all proposed timelines are underpinned by realistic and achievable planning. * Your response should be a realistic and efficient logic linked plan/timeline that is detailed and clearly shows a critical path and understanding of schedule activity dependencies, underpinned with deliverables and resources, e.g. a detailed plan from contract award to the first Irradiator Unit collection date, focusing on the critical steps and activities required to transition from the planning phase to the execution phase. * Please provide a detailed plan which explains a structured approach from the first Irradiator Unit collection to the packing of the radioactive sources in the disposable liner in readiness to return to Sellafield, covering all key milestones and tasks, and demonstrating the achievement of the high-level success criteria. * Please showcase how, by following this plan, you can effectively and successfully manage the transition from planning to execution and then to completion of Phase 1 and Phase 2. Proposals should be supported by evidence and past performance where applicable.",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "T4. Structure and Organisation of Work",
                            "description": "Project management, risk register, planning & facility capacity Your response should contain the following: * A risk register containing thoroughly documented and clearly defined risks with proposed mitigations and an opportunity register. Both risk and opportunities should be ranked in order of importance. * Explain, in writing, how your future workload will not pose any issues relating to delivery of Services, particularly in light of the requirement to interim store HASS at your premises as set out in the Services Specification (Appendix 9). * Explain the project and Services delivery methodology which will be applied to plan, monitor, and control the execution of required activities to undertake Services delivery. Your response should also clearly identify your plans for integration and communication with the End-Users and the Authority (and sub-contractors where applicable). You should also explain how you will measure and report performance against progress.",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "T5. Social Value",
                            "description": "Social Impact: Fighting Climate Change What will your organisation do specifically for this Service? * How will you do this? * How will this be monitored and measured on a quarterly basis? * Bidders should demonstrate how they deliver environmental benefits in the performance of the Contract and should include how they are working towards net zero greenhouse gas emissions, e.g. this will be particularly relevant to the service(s)element that involves transportation. * Bidders should also note how they influence staff, suppliers, customers and stakeholders throughout the delivery of the contract to support environmental protection and improvement. * The Bidders should also demonstrate how they manage and achieve reduction in waste, e.g. following device size reduction, active and non-active elements will have to be separated, and where possible recycled. * KPI's and MI will then be set to evidence this throughout the duration of the contract.",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "C1. Price",
                            "description": "Provide a complete breakdown of costs for 6 Irradiator Units ALL PRICES SHOULD BE COSTED FOR A TOTAL FIXED PRICE FOR PHASES 1 AND 2 FOR THE DURATION OF THE CONTRACT. PRICES SHOULD EXCLUDE VAT. A schedule of rates with breakdown of labour must also be provided and the schedule of rates should align to the total cost of labour supplied in the pricing schedule. Please note the assessment of Price is conducted against the Fixed Price for Phases 1 and 2.",
                            "numbers": [
                                {
                                    "number": 25,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option for 1 year extension upon instruction from the authority"
                },
                "hasOptions": true,
                "options": {
                    "description": "3 years + 1 year (total 4 years if option taken)"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-04-18T23:59:59+01:00"
        },
        "status": "complete",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "submissionMethodDetails": "All communication and tender submissions should be submitted via the Atamis Supplier Portal - https://atamis-2464.my.site.com/ProSpend__CustomCommunitiesLogin",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-07-16T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-07-16T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-07-29T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "031619-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/031619-2025",
                "datePublished": "2025-06-11T15:46:16+01:00",
                "format": "text/html"
            },
            {
                "id": "031829-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/031829-2025",
                "datePublished": "2025-06-12T11:34:52+01:00",
                "format": "text/html"
            }
        ],
        "amendments": [
            {
                "id": "031829-2025",
                "description": "Delineating the paragraphs in the description field."
            }
        ]
    },
    "language": "en",
    "bids": {
        "details": [
            {
                "id": "1",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-PPON-PZQL-4953-GDLG",
                        "name": "Eckert and Ziegler"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            },
            {
                "id": "2",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-PPON-PCVC-9918-NPCP",
                        "name": "Transrad"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            }
        ],
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "The provisions for services to collect, transport, store and process existing Hi",
            "status": "pending",
            "date": "2025-09-01T00:00:00+01:00",
            "value": {
                "amountGross": 5400000,
                "amount": 4500000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-PPON-PZQL-4953-GDLG",
                    "name": "Eckert and Ziegler"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "90521100",
                            "description": "Collection of radioactive waste"
                        },
                        {
                            "scheme": "CPV",
                            "id": "90521400",
                            "description": "Transport of radioactive waste"
                        },
                        {
                            "scheme": "CPV",
                            "id": "90521200",
                            "description": "Radioactive waste storage services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "90521300",
                            "description": "Disposal of radioactive waste"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2025-09-11T23:59:59+01:00"
            },
            "contractPeriod": {
                "startDate": "2025-09-25T00:00:00+01:00",
                "endDate": "2028-09-24T23:59:59+01:00",
                "maxExtentDate": "2029-09-24T23:59:59+01:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "1 Year extension is permitted on approval of the Authority"
            },
            "relatedLots": [
                "1"
            ],
            "subcontracting": {
                "subcontracts": [
                    {
                        "id": "1",
                        "mainContractors": [
                            {
                                "id": "GB-PPON-PZQL-4953-GDLG",
                                "name": "Eckert and Ziegler"
                            }
                        ],
                        "description": "n/a"
                    }
                ]
            },
            "documents": [
                {
                    "id": "053283-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/053283-2025",
                    "datePublished": "2025-09-02T16:21:19+01:00",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2025-09-01T00:00:00+01:00",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2025-09-22T23:59:59+01:00",
                    "status": "scheduled"
                }
            ]
        }
    ]
}