Open in a 8 months

Treatment & Conditioning Services Framework (2026-2030)

Descriptions

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.

Timeline

Published Date :

10th Apr 2025 3 months ago

Deadline :

10th Apr 2026 in a 8 months

Contract Start :

15th Oct 2026

Contract End :

15th Oct 2030

Keywords

nuclear waste processing

radioactive decontamination

radioactive material neutralisation

radioactive sludge treatment

nuclear site cleanup

radiological waste management

low-level waste treatment

spent fuel reprocessing

contaminated waste handling

radiation safety treatment

nuclear waste collection

radioactive material retrieval

spent fuel transport

hazardous nuclear pickup

radiological waste gathering

alpha/beta emitter collection

contaminated source removal

nuclear site waste collection

radioactive container pickup

radiological debris collection

radioactive material storage

nuclear waste interim storage

secure radioisotope storage

spent fuel holding

containment vault services

geological repository servicing

radioactive inventory management

radiation-safe storage

spent fuel pool services

high-level waste storage

nuclear waste disposal

geologic waste burial

deep repository operations

radioactive waste finalisation

nuclear containment landfilling

waste encapsulation

spent fuel final disposal

long-term radioactive isolation

high-level waste deposition

bioshield disposal

nuclear waste transportation

radioactive cargo shipping

secure radioactive haulage

radiation-safe transport

low/intermediate level waste transit

hazardous transport containers

nuclear logistics

radiological waste movement

spent fuel shipping

contamination-free transport

nuclear waste packaging

shielded containerisation

gamma ray containment

LLW drum packing

ILW canister sealing

radioactive waste conditioning

radiological packaging compliance

nuclear packaging protocol

waste encapsulation services

radiation barrier sealing

Tender Lot Details

1 Tender Lot

Let’s Get you Started ✍

Get to see all tender details more briefly

Already have an account ?

Workflows

Status :

Open

Assign to :

Tender Progress :

0%

Details

Notice Type :

Open opportunity

Tender Identifier :

IT-378-246-T: 2024 - 001

TenderBase ID :

310724019

Low Value :

£100K

High Value :

£1000K

Region :

North Region

Attachments :

Buyer Information

Address :

Liverpool Merseyside , Merseyside , L13 0BQ

Website :

N/A

Procurement Contact

Name :

Tina Smith

Designation :

Chief Executive Officer

Phone :

0151 252 3243

Email :

tina.smith@shared-ed.ac.uk

Possible Competitors

1 Possible Competitors