Loading page content…
Loading page content…
| Source: | Find a Tender Service (FTS) |
| Notice Type: | Pipeline / planning |
| Buyer: | Nuclear Waste Services Limited |
| Main Category: | Services |
| Procurement Method: | — |
| Tender Status: | Planning |
| Estimated Value (ex. VAT): | £48,900,000 |
| Estimated Value (inc. VAT): |
| £58,680,000 |
| Release Date: | 10 April 2025 |
| Application Deadline: | — |
| Contract Start Date: | 15 October 2026 (Estimated) |
| Contract End Date: | 15 October 2030 (Estimated) |
| Contract Duration: | 4.1 years |
| Procurement ID (OCID): | ocds-h6vhtk-050033 |
| Notice Reference: | 014140-2025 |
All 3 notices for this procurement, oldest first.
Treatment & Conditioning Services Framework (2026-2030)
Ready to bid on this contract?
BidWriter AI writes your tender response in minutes — import this contract in one click.
View Original Notice
Access the full notice on the official portal
Nuclear Waste Services (NWS), (the Client) through its Waste Services line of business, is procuring this Framework for waste Treatment and Conditioning Services on behalf of its Customers. A Customer is defined as organisations that either currently hold, or may in future enter into, a Waste Services Contract with NWS. This waste Treatment and Conditioning Services will support the delivery of the Integrated Waste Management Programme (IWMP) by providing the Client and its Customers access to a supply chain for treatment and conditioning of waste (primarily radioactive but may contain quantities of norm waste). This includes but is not limited to soft/solid combustible/compactable wastes through to oils, liquids, resins etc. and covering activity levels ranging from lower activity low level waste up to boundary waste and beyond including radioactively contaminated chemical and hazardous wastes. The services to be provided under this framework will cover all stages of the waste lifecycle and to this end, Contractors must have knowledge and understanding across the full radioactive waste management lifecycle and the ability to operate and execute work and provide support and services the Client may require at each stage of the waste management lifecycle. To maintain access to established waste management routes which are now embedded in waste producer’s operations, the Client requires the Contractor to be able to provide either Incineration or Supercompaction (both of which must be able to deal with radioactive wastes) as a minimum requirement in order to secure a place on the framework, these will be referred to as minimum treatment capabilities. In addition to the minimum treatment capabilities, Contractors may offer other optional treatment processes, should the Contractor wish to offer additional treatments, any such capability should be detailed within their tender bid submission along with completion of the Capability Matrix which will be issued with the ITT documentation. An anticipated maximum of 5 suppliers will be appointed to the framework. 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 Section 2 of the Procurement Act.
Published contracts in the last 12 months
59
total contracts
£6318.3m
total value
£180,522,343
average contract size
Typical categories
Site Characterisation Delivery Partner (SCDP)
Nuclear Waste Services Limited · WAC-559794
Site Characterisation Delivery Partner (SCDP)
Nuclear Waste Services Limited · WAC-559131
Environmental Safety Case: General Tech inc Geological & Hydrogeological
Nuclear Waste Services Limited · WAC-556548
Pipeline status
Not addedContract imported automatically · AI writes the response
Estimated Value
£48,900,000
Need help writing this bid?
Our specialists write winning tender responses. Free consultation, no obligation.
Book a free consultation →