Loading page content…
Loading page content…
99 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
NWS would like to notify you of an upcoming requirement with relation to a contract for an Electronic Records and Document Management / Content Management System (EDRMS). We are publishing this as a Request for Information (RFI). Dependent on the responses and recommendations received from this Public Information Notice, NWS intends to issue a public tender for the supply of an EDRMS in line with the planned timelines of the GDF. Our operational nuclear business is progressing with the building of the UK Geological Disposal Facility (GDF) and needs a robust solution for managing regulatory records with long retention periods as well as having the flexibility required by major capital programmes for information exchange and artefact creation. Information must be retrievable, searchable, and integrated across multiple systems, which include: • SaaS CDE • M365 • SharePoint • Microsoft Azure • BIM • GIS • Power Automate and Power BI The business is planning for digital twinning and requires seamless information lifecycle integration across systems for both records and project artifacts. Key future demands include: • Managing a growing, multi-partner supply chain. • Supporting more automated and complex records and document management, with transactions potentially increasing to over a thousand per week. • Integrating various applications such as Office documents, CAD/BIM, PDM/PLM, ERP, and others into the EDRMS system. • Maintain existing ONR Nuclear Site License Conditions and support the future GDF acquisition of a Nuclear Site License. The provision of fully functioning EDRM Solution implemented in NWS is expected to achieve the following organisational benefits: • Enhanced work and efficiency savings • Cost-effective and efficient operations • Improved support to Regulatory compliance • Support for NWS `better ways of working` improvement initiatives • Increase Security and Protection of our information • Increased work demand capability and scalability • Improved collaboration and communication • Improved Environmental Sustainability • Support for the anticipated large increase in document transmittals and interactions with the supply chain • Support for more document processing automation and efficiencies While we are seeking options on potential models and solutions for an effective EDRMS, that can scale to meet the demands of the GDF project and maintain existing nuclear arrangement, collaborating with multiple suppliers in a complex, large-scale engineering environment, it must meet the required standards and undergo a cost-benefit analysis. We are looking to understand if there are suppliers in the market that can meet the specific requirements of this tender. To access further information and provide responses to our RFI, please access NWS's ATAMIS system (https://atamis-2464.my.site.com/s/Welcome) and find C23832 'PIN for Enterprise Document Records Management Solution' under 'Find Opportunities'
£500,000
Contract value
Nuclear Waste Services (NWS) would like to notify suppliers of future requirements and engage with the market to understand what it can provide with regards laboratory services for the investigation the impact(s) of the expected chemical environments of the MMG and Ancholme group geological settings on the corrosion behaviour of carbon steel HHGW container materials.
£200,000
Contract value
The development of a Geological Disposal Facility (GDF) is essential for the final disposal of higher activity radioactive wastes in the UK. It is a critical part of the Nuclear Decommissioning Authority's (NDA) overall mission to decommission and dispose of the UK's nuclear legacy waste. The mission of the GDF programme is to deliver a permanent solution for the disposal of higher activity radioactive waste through the design, construction, operation and closure of a GDF. Its objectives are: • To build trust and work in partnership with one or more communities to gain consent and support to host a GDF. • To facilitate economic benefits and growth, delivering regional jobs and skills and a positive legacy. • To deliver a permanent solution for the safe disposal of higher activity waste through the safe, sustainable, and cost-effective design, construction, operation and closure of a GDF. • To enable the timely retirement of the significant and currently enduring financial liability and risk associated with above ground storage of higher activity waste, that would persist indefinitely if a disposal solution was not developed. A GDF will be a significant piece of UK infrastructure where the majority of the facility is built between 200 and 1000 metres underground, putting the waste in purpose-built containers which are then placed in tunnels and vaults beneath several hundred metres of solid rock. Further information about the GDF programme can be found here: GDF (Geological Disposal Facility) - GOV.UK (www.gov.uk) This Prior Information Notice relates to the future procurement of laboratory services for the investigation the impact(s) of the expected chemical environments of the MMG and Ancholme group geological settings on the corrosion behaviour of carbon steel HHGW container materials. You will be required to register on Atamis, and once registration is complete you can search for this PIN using the Atamis search box and using the title as a reference - PIN BATs - Corrosion on carbon steel. Atamis Ref: C23901 https://atamis-2464.my.site.com/s/Welcome
£200,000
Contract value
NWS has previously developed an ISE Template [7] that sets out the planned content of an ISE to meet regulatory expectations for an ISE detailed in references [3 and 4]. The ISE Template has provided a focus for dialogue with the EA on the content of ISEs and detailed feedback has previously been provided to the Employer by the Environment Agency [8]. The Employer (NWS) now plans to develop ISE for two Search Areas (referred to in this CTS as Copeland and Theddlethorpe) and plans to submit permit applications in 2028 to undertake intrusive investigations works within these areas. These Search Area-specific ISE will synthesis studies and assessments, e.g. feasibility studies and characterisation plans, that are being produced as part of wider GDF programme delivery. These inputs to the ISE have been termed 'source products'. The Integrated Assurance and Approvals Plan (IAAP) establishes an assurance strategy that envisages the iterative development of the ISE in consultation with the EA. The first iteration involves the development of a 'Trial ISE', which will develop the ISE Template using available 'source products' for one of the Search Areas. Search Area-specific ISE will subsequently be produced and undergo two rounds of development: a 'Draft ISE' and 'Final ISE'. The objective of the contract is for a Consultant to provide impartial scrutiny of the NWS's approach to developing ISEs, with the intention of building wider stakeholder confidence in the approach being adopted. This scrutiny will also facilitate the identification of risks and opportunities associated with the NWS's approach and will seek to mitigate any cognitive biases that may have also developed. The Consultant's team should consist of a minimum of two peer reviewers. The peer reviewers should be independent of the Employer's work to develop the ISE and the associated permit applications. Give the novel nature of the ISE and associated permit application, direct experience of the staged regulation guidance and ISE development is therefore not possible. The peer reviewers should have significant (10 years +) international experience of the development of Environmental Safety Cases for geological disposal facilities and the associated regulatory requirements. The Consultant should describe in their tender how the skills and experience of their team will benefit the peer review process and overall quality of the ISE submissions This procurement will be conducted using the Business and Technical Services Marketplace which is a DPS. You will be required to register on Atamis, and once registration is complete you can search for this PIN using the Atamis search box and using the title as a reference - PIN BATs - C25208 PIN Peer Review of Initial Site Evaluations Atamis Ref: C25208 https://atamis-2464.my.site.com/s/Welcome
£50,000
Contract value
Nuclear Waste Services (NWS), (the Client) through its Waste Services line of business, is procuring this Framework for 'Waste Disposal Services to Permitted Landfill' 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. The provision of a Framework for the lifecycle management and disposal of non-rad and radioactive wastes below UK LLW threshold at permitted facilities within the UK. Lifecycle management may include on-site 'blue collar' work to support generation via excavation or demolition, sampling and analysis to support characterisation and routing of wastes at both the customer site, supplier site and via a third party where a subcontractor is being used, packaging and transport of wastes from the customer site in support of decommissioning operations, sort and segregation of wastes, management of out sorted wastes to alternative treatment and disposal facilities and final disposal of non-hazardous, hazardous and asbestos contaminated wastes at permitted facilities within the UK. 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.
£14,800,000
Contract value
Nuclear Waste Services (NWS) is seeking a Contractor to provide all necessary Design & Engineering, Labour, Equipment, Plant & Materials to undertake all works associated with the delivery of Vault Optimisation and Capping Delivery. The contractor should have a proven track record in handling large scale Earthworks projects, equipped with necessary machinery and expertise to ensure the project is completed efficiently and on schedule. Nuclear Waste Services operates the Low-Level Waste Repository (LLWR) Site in West Cumbria on behalf of the Nuclear Decommissioning Authority. The LLWR Site is the national disposal facility for Low Level Waste (LLW) arising from the nuclear industry and wider industries, such as medical and defence. Protecting and developing the Repository’s radioactive waste disposal capability is a long-term programme of works, over the next 100+ years, that will provide future disposal facilities and protection of people and the environment from the disposed waste through to closure of the Repository Site. In the shorter term, over the next 15 years, the focus is on installing closure engineering works for long-term environmental protection from the wastes currently disposed of in Vault 8 and the adjacent legacy disposal trenches as well as constructing additional disposal capacity in the form of new LLW vaults. The project under NWS covers the following packages of works: - Final Capping (provide an engineered protective cover) over all the Low Level Waste that has been disposed of in the trenches and vaults. - Design of an extension to the existing disposal Vault (V9), retaining wall to allow partial closure seal of V9, new Leachate Management System and weather protection warehousing for HHISO containers awaiting disposal. - Construction of an extension to the existing LLW disposal Vault (V9), retaining wall, partial closure seal of V9, new Leachate Management System and weather protection warehousing for HHISO containers awaiting disposal. - Design of an Interim Cap over the closed section of Vault 9. - Construction of an Interim Cap over the Low Level Waste that has been disposed in Vault 9. Works include but is not limited to; - Earthworks, including excavation and Backfill work - Provision of associated plant - Site Clearance - Groundworks - Piling - Aggregates - Demolition - Drainage - Engineering & Construction Works - Design - Land remediation The route to market decision will be based on ongoing engagement and feedback from the supply chain as well as ongoing development of the NWS procurement documents.
£300,000,000
Contract value
Prior Information Notification relating to the forthcoming procurement opportunity for ThermoChimie Phase 4. The ThermoChimie project (Thermo-Chimie (version applicative 4.4.0)) is a thermodynamic database development project, co-funded by Nuclear Waste Services, NIRAS-ONDRAF, and Andra. A robust, traceable, exhaustive, and dependable thermodynamic database is essential for underpinning a future Environmental Safety Case for the surface, near-surface or deep geological disposal of radioactive waste, as well as to perform a range of sensitivity and scoping calculations in support of ongoing research activities. This is a PIN for ThermoChimie Phase 4 please navigate to the project - C26852 on Atamis https://atamis-2464.my.site.com/s/Welcome Phase 4 of the ThermoChimie project is planned to launch in January 2026. The ThermoChimie Phase 4 Framework has the overall objective of providing both specialist and non-technical support resource to the consortium, in the form of a range of desk-based and experimental data generation/selection activities. Outlined activities are in support of the four key project success factors: (i) database traceability, (ii) consistency, (iii) east of use, and (iv) exhaustivity.
£2,500,000
Contract value
Radiochemical and chemical analysis of environmental, land quality and waste samples.
£2,000,000
Contract value
Nuclear Waste Services (NWS) is seeking a Contractor to provide all necessary Design & Engineering, Labour, Equipment, Plant & Materials to undertake all works associated with the delivery of Vault Optimisation and Capping Delivery. The contractor should have a proven track record in handling large scale Earthworks projects, equipped with necessary machinery and expertise to ensure the project is completed efficiently and on schedule. Nuclear Waste Services operates the Low-Level Waste Repository (LLWR) Site in West Cumbria on behalf of the Nuclear Decommissioning Authority. The LLWR Site is the national disposal facility for Low Level Waste (LLW) arising from the nuclear industry and wider industries, such as medical and defence. Protecting and developing the Repository’s radioactive waste disposal capability is a long-term programme of works, over the next 100+ years, that will provide future disposal facilities and protection of people and the environment from the disposed waste through to closure of the Repository Site. In the shorter term, over the next 15 years, the focus is on installing closure engineering works for long-term environmental protection from the wastes currently disposed of in Vault 8 and the adjacent legacy disposal trenches as well as constructing additional disposal capacity in the form of new LLW vaults. The project under NWS covers the following packages of works: - Final Capping (provide an engineered protective cover) over all the Low Level Waste that has been disposed of in the trenches and vaults. - Design of an extension to the existing disposal Vault (V9), retaining wall to allow partial closure seal of V9, new Leachate Management System and weather protection warehousing for HHISO containers awaiting disposal. - Construction of an extension to the existing LLW disposal Vault (V9), retaining wall, partial closure seal of V9, new Leachate Management System and weather protection warehousing for HHISO containers awaiting disposal. - Design of an Interim Cap over the closed section of Vault 9. - Construction of an Interim Cap over the Low Level Waste that has been disposed in Vault 9. Works include but is not limited to; - Earthworks, including excavation and Backfill work - Provision of associated plant - Site Clearance - Groundworks - Piling - Aggregates - Demolition - Drainage - Engineering & Construction Works - Design - Land remediation The route to market decision will be based on ongoing engagement and feedback from the supply chain as well as ongoing development of the NWS procurement documents.
£300,000,000
Contract value
The Site Characterisation Professional Services Support (SCPSS) framework is designed to provide NWS with comprehensive support across all aspects of site characterisation activities during the period leading up to the appointment and onboarding of the Site Characterisation Delivery Partner (SCDP). The framework is for professional services only.
Value undisclosed
There is a requirement for the Nuclear Decommissioning Authority Group (NDA) to put in place a single supplier Framework opportunity for Laboratory Consumables and Chemicals to support operational activities across the NDA nuclear sites. This is a collaborative procurement with Sellafield Limited acting on behalf of the following named contracting authorities: • Nuclear Restoration Services (NRS) • Nuclear Restoration Services (NRS) Dounreay • Nuclear Waste Services (NWS) The Laboratory Consumables and Chemicals Framework opportunity will include, but is not limited to, the following scope: • Glassware • Filter papers • Filter cards • Containers • Vials • Bungs • Pipettes • Beakers • Test strips • Pipettes • HDPE (High-Density Polyethylene) bottles • Alpha counting planchet • Laboratory equipment (small ovens & incubators, stirrers, hotplates, blenders, heaters, furnaces, heating mantles, mixers, shakers and washers) • Supply of high grade, specialised chemicals such as Sodium Hydroxide (5 Litres), Nitric Acid (2.5 Litres), Hydrofluoric Acid (25g) and buffer solutions (5 Litres) This notice is issued by Sellafield Ltd to initiate preliminary market engagement with suppliers. The purpose is to explore the markets capacity and capability for the future provision of Laboratory Consumables and Chemicals. This exercise is for information gathering only and is intended to help the contracting authorities define its requirements and develop its procurement strategy. Please note that the delivery locations for this framework are spread across the United Kingdom and includes, but is not limited to, the following delivery locations: • NRS Dounreay, Site Restoration Ltd, Dounreay Central Stores, D8525, Dounreay, Thurso Caithness KW14 7TZ • International Nuclear Services (INS) Herdus House, Westlake’s Science & Technology Park, Moor Row, Cumbria CA24 3HU • NWS, Holmrook, Cumbria CA19 1XP • Nuclear Waste Services (NWS), Pelham House, Pelham Drive, Seascale Cumbria CA20 1DB • NRS - Oldbury Site, Oldbury, Naite, Thornbury, South Gloucestershire, BS35 1RQ • NRS Hub Bristol, Keypoint, Almondsbury Business Park, Great Park Road, Bradley Stoke, BS32 4QQ • NRS Bradwell Site, Bradwell on Sea, Southminster, Essex, CM0 7HP • NRS Chapelcross, Chapelcross Site, Annan, Dumfriesshire DG12 6RF • NRS Winfrith Site, Winfrith, Newburgh, Dorchester, Dorset, DT2 8WG • NRS Berkeley, Berkeley Site, Berkeley, Gloucestershire, GL13 9PA • NRS Sizewell A, Sizewell A Site Nr Leiston, Suffolk, IP16 4UE • NRS Hunterston A, Site Hunterston A, West Kilbride, Ayrshire, KA23 9RA • NRS Trawsfynydd Site, Trawsfynydd Site, Blaenau, Ffestiniog, Gwynedd, LL41 4DT • NRS Wylfa Site, Wylfa Site, Cemaes, Ynys Môn, LL67 0DH • NRS Harwell Site, Harwell Campus, Didcot, Oxfordshire, OX11 0DF • NRS Hinkley Point A, Site Hinkley Point A, Site Nr Bridgwater, Somerset, TA5 1YA • NRS Dungeness A, Site Dungeness A, Site Romney, Marsh, Kent, TN29 9PP • NRS Maentwrog, Maentwrog, Gwynedd LL41 4HY • NDA - Herdus House Herdus House, Westlakes Science & Technology Park, Moor Row, Cumbria, CA24 3HU • NDA, Dounreay D2003, Dounreay Thurso Caithness, KW14 7TZ • NDA, London, 10 Victoria Street, Westminster, London, SW1H 0NN • NDA, Hinton House, Birchwood Park Avenue, Risley, Warrington, Cheshire WA3 6GR • Sellafield Ltd, Lillyhall Stores B641, Lillyhall Stores, Workington, Cumbria, CA14 4JW • Sellafield Ltd, Seascale, Cumbria, CA20 1PG
£8,700,000
Contract value
Nuclear Waste Services (NWS), (the Client) through its Waste Services line of business, is procuring this Framework for 'Waste Disposal Services to Permitted Landfill' 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. The provision of a Framework for the lifecycle management and disposal of non-rad and radioactive wastes below UK LLW threshold at permitted facilities within the UK. Lifecycle management may include on-site 'blue collar' work to support generation via excavation or demolition, sampling and analysis to support characterisation and routing of wastes at both the customer site, supplier site and via a third party where a subcontractor is being used, packaging and transport of wastes from the customer site in support of decommissioning operations, sort and segregation of wastes, management of out sorted wastes to alternative treatment and disposal facilities and final disposal of non-hazardous, hazardous and asbestos contaminated wastes at permitted facilities within the UK. 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.
£14,800,000
Contract value
The Site Characterisation Delivery Partner (SCDP) supports NWS in its design and delivery management of the Deep Investigation Boreholes, including supporting NWS in procurement and management of contracted services required to deliver the drilling of the boreholes.
£1,365,000,000
Contract value
Framework to deliver Treatment & Conditioning services (including incineration, supercompaction and chemical treatment). NWS are issuing two (2) bulk orders as initial call-off contracts, which are optional for Tenderers to bid for, these include: - Bagged Combustible Bulk Order - the thermal treatment of up to 1800m3 per year of soft combustible waste from across the SL Site. - Bulk Combustible Bulk Order - the thermal treatment of up to 52 half-height ISO containers per year of bulk combustible materials from across the SL site.
£47,500,000
Contract value
Replacement to Environmental Safety Case (ESC) Lots 2 & 3 (General Technical including Geological and Hydrogeological Support)
£13,700,000
Contract value
NWS intends to issue a tender to encompass Inspection Services. Over the past few years this service has been captured as part of the Expert Support & Alternative Treatment Framework at NWS, however the decision has been made to now deliver this outside of the framework and as its own individual contract.<br/><br/>The scope of work will encompass the following components:<br/>1. Provide inspection oversight on Manufacturers site comprising of -<br/>i. Manufacturing Quality plan review<br/>ii. Witness and confirmation of quality plan activities<br/>iii. Weld inspection<br/>iv. Dye pen inspection<br/>v. Magnetic particle inspection<br/>vi. Verification of certification<br/>vii. Review and checking of compiled Lifetime record (LTR)<br/><br/>2. Provide inspection oversight on Packaging Maintenance at Manufacturers site comprising of -<br/>i. Manufacturing Quality plan review<br/>ii. Witness and confirmation of quality plan activities<br/>iii. Weld inspection<br/>iv. Dye pen inspection<br/>v. Magnetic particle inspection<br/>vi. Verification of certification<br/>vii. Review and checking of compiled Lifetime record (LTR)<br/><br/>3. Provide ACEP and PES inspections with leak testing for Customer packaging comprising of -<br/>i. Inspection to International Institute of Container Lessors (IICL) 6 specification<br/>ii. Inspection to a Periodic Examination Scheme in line with the Convention for Safe Containers.<br/>iii. Leak testing of IP2 containers using the Croft Associates Leak Tester (CALT).<br/><br/>4. Support the NWS inspection function (Quality and Maintenance) to maintain their PCN certification<br/>a. Enable currently qualified and new NDT personnel obtain and continue PCN certification by –<br/>i. Providing experience training to enable initial and continuing hours qualifications for PCN qualification<br/>ii. Oversee and sign off continuing monthly Level III sign off for PCN cpd.<br/>iii. Assist with NDT queries as appropriate
£270,000
Contract value
Replacement to Environmental Safety Case (ESC) Lots 2 & 3 (General Technical including Geological and Hydrogeological Support)
£13,700,000
Contract value
The Consultant’s team should consist of a minimum of two peer reviewers. The peer reviewers should be independent of the Employer’s work to develop the ISE and the associated permit applications. Give the novel nature of the ISE and associated permit application, direct experience of the staged regulation guidance and ISE development is therefore not possible.<br/><br/>The peer reviewers should have significant (10 years +) international experience of the development of Environmental Safety Cases for geological disposal facilities and the associated regulatory requirements. The Consultant should describe in their tender how the skills and experience of their team will benefit the peer review process and overall quality of the ISE submissions.<br/><br/>We are looking for Suppliers to provide views on:<br/><br/>· Firm bidding intention<br/><br/>· The Contract Technical Specification (CTS)<br/><br/>· Availability and feasibility of the procurement timescale
£500,000
Contract value
PIN - Disposability Assessment & Waste Package Assurance Framework 2024
£8,000,000
Contract value
LLW Repository Ltd trading as Nuclear Waste Services has a scope of work for the "Southern Trenches Interim Membrane (STIM) Contract", which forms part of the Repository Development portfolio of work at the LLW Repository facility near Drigg Village in Cumbria, England. The work consists of civil engineering works associated with installing an engineered interim trench cap over the Southern Trenches. In summary, the scope is to provide labour, equipment, materials, project management and supervision to complete the work. Work also includes establishment and maintenance of site offices, welfare and all associated temporary works. Repository Development is a long-term portfolio of works that will provide disposal capacity and protection of low-level nuclear waste over the next 107 years, or until the end life of the Repository Site. In the shorter term the portfolio, over the next 15 years will install closure engineering works for short and long-term environmental protection for wastes currently disposed in Vault 8 and the adjacent trenches. This scope of works has been previously referred to as Repository Development Programme - Tranche 1 Main Civils and has been communicated to the market in early 2022. The works over the next 15 years have been considered, and optimised detailed designs completed. More recently, the delivery strategy for the works has been further developed and subsequently split into projects that deliver a key benefit to the closure of Vault 8 and adjacent trenches. The original scope of works was shared in January 2023 (as summarised in the 'Additional Information' section in the attachment and via the following link: https://www.contractsfinder.service.gov.uk/Notice/c97ae723-549e-4125-bf7c-12a4b876ff3a) In recent months this scope has been amended. Rail delivery of imported bulk aggregates and soils will be carried out by Nuclear Transport Services (NTS) on behalf of the Client. The Client will enter into a contract for rail deliveries with NTS, the scope of which will be limited to transport between the agreed loading point and unloading point at LLWR rail sidings. The Contractor shall have no contractual arrangements with NTS. A copy of the draft scope is located in the documents area of the Atamis eSourcing system (https://atamis-2464.my.site.com/s/Welcome) and is subject to final approvals. You can find the scope by clicking on "View our live opportunities" and searching for "PIN for RD - South Trench Cap Membrane Replacement Project (Scope Amendment)" with the record reference C15697. Subject to the final approvals, an Invitation to Participate (ITP) will be issued in the coming weeks. A separate Contract Notice will be published in relation to the ITP.
£53,000,000
Contract value
Showing 1–20 of 99 contracts