Loading page content…
Loading page content…
62 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
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
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
Laboratory Consumables and Chemicals Procurement- Preliminary Market Engagement
£7,700,000
Contract value
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
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.
£13,800,000
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
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
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
Radiochemical and chemical analysis of environmental, land quality and waste samples. Please access via the following link: https://atamis-2464.my.site.com/s/Welcome
£2,000,000
Contract value
IDEF: Professional Engineering Services<br/>ISWF: Professional Construction services and Demolition services.
Value undisclosed
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
Nuclear Waste Services (NWS) brings together the UK’s leading nuclear waste management capabilities.<br/><br/>We have integrated the expertise of Low Level Waste Repository (LLWR), Radioactive Waste Management (RWM), and the Nuclear Decommissioning Authority (NDA) group’s Integrated Waste Management Programme (IWMP). This creates an organisation focused on the management of the UK’s nuclear waste, safely and securely for generations to come.<br/><br/>We are part of the NDA group, which is undertaking the biggest clean-up project in Europe over many decades. Nuclear Waste Services is integral to this environmental clean-up mission, as we work to provide permanent answers to our country’s nuclear waste.<br/><br/>More information on NWS can be found here: https://www.gov.uk/government/organisations/nuclear-waste-services/about<br/><br/>NWS is due to commence a procurement to undergo Civil Infrastructure Repairs, Renewals and Remediation at its Drigg site in West Cumbria (Drigg, Old Shore Road, Holmrook, Cumbria CA19 1XP), which involves a number of small works including Car Parks, Minor Civils, Vegetation removal, Barriers & Fencing, Roads & Paths, and Demolition.
£1,000,000
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
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
£50,000
Contract value
Showing 1–20 of 62 contracts