Section one: Contracting authority
one.1) Name and addresses
Sellafield Ltd
Hinton House, Birchwood Park Avenue
Warrington
WA36GR
Contact
Fraiser Brough
fraiser.brough@sellafieldsites.com
Country
United Kingdom
Region code
UKD1 - Cumbria
Internet address(es)
Main address
https://www.gov.uk/government/organisations/sellafield-ltd
Buyer's address
https://www.gov.uk/government/organisations/sellafield-ltd
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://atamis-2464.my.site.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Nuclear Decommissioning
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Environmental & Conventional Health & Safety Services
two.1.2) Main CPV code
- 90700000 - Environmental services
two.1.3) Type of contract
Services
two.1.4) Short description
Sellafield Ltd requires Environmental and Conventional Health and Safety Services to meet the current and ongoing levels of demand as set by Sellafield Ltd and to assist in day-to-day operations. Compliance with Environment and Safety regulatory requirements are fundamental to delivery across all aspects of Sellafield Ltd's operations; consequently, Sellafield Ltd requires access to an established supply chain with a proven track record and capable of delivering both Environmental and Conventional Health and Safety services.
This procurement will be managed via the shared service Nuclear Decommissioning Authority (NDA) OneNDA eCommercial Systems powered by Atamis, which can be accessed via the URL https://atamis-2464.my.site.com/s/Welcome.
Once you have registered on Atamis, you can access all documentation and submit a response using the record reference C8492.
two.1.5) Estimated total value
Value excluding VAT: £9,920,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71317200 - Health and safety services
two.2.3) Place of performance
NUTS codes
- UKD1 - Cumbria
Main site or place of performance
Cumbria
two.2.4) Description of the procurement
The scope of this Procurement is to provide external specialised knowledge and experience and is split into six Lots as follows:
• Lot 1- Environmental Assessment, Development and application of modelling codes and numerical analysis
• Lot 2 - Monitoring and Characterisation
• Lot 3 - Regulatory compliance and improvement
• Lot 4 - Carbon Management and Environmental Sustainability
• Lot 5 – Dangerous Substances & Explosive Atmospheres (DSEAR) Assessment and Chemical Identification
• Lot 6 - Occupational hygiene
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £9,920,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2025
End date
30 September 2030
This contract is subject to renewal
Yes
Description of renewals
Subject to a further 2 + 2 years
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 May 2025
Local time
11:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
17 February 2025
Local time
6:00pm
Place
This procurement will be managed via the shared service Nuclear Decommissioning Authority (NDA) OneNDA eCommercial Systems powered by Atamis, which can be accessed via the URL https://atamis-2464.my.site.com/s/Welcome .
Once you have registered on Atamis, you can access all documentation and submit a response using the record reference C8492.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Royal Courts Of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice
six.4.2) Body responsible for mediation procedures
Royal Courts Of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice
six.4.4) Service from which information about the review procedure may be obtained
Royal Courts Of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice