Section one: Contracting authority
one.1) Name and addresses
Sellafield Ltd
Hinton House, Birchwood Park Avenue
Warrington
WA36GR
Contact
Christopher Hart
christopher.z.hart@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 electronically via
https://one-nda.force.com/s/Welcome
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 Authority
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Analysis of Low Active, Very Low Active and Environmental Samples
Reference number
C8350
two.1.2) Main CPV code
- 71620000 - Analysis services
two.1.3) Type of contract
Services
two.1.4) Short description
Sellafield Ltd are seeking suitably experienced and qualified service provider(s) to deliver LA (Low Active) and VLA (Very Low Active) Analytical Services in support of Sellafield Operations.
two.1.5) Estimated total value
Value excluding VAT: £103,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71620000 - Analysis services
- 71900000 - Laboratory 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
Analytical Services provides an essential service in support of Sellafield Operations which in accordance with its Site Licence Conditions requires Sellafield to report to the regulatory bodies eg Environmental Agency (EA) and demonstrate the use of Best Available Technology (BAT) and As Low as Reasonably Practicable (ALARP) for the management of effluent and other waste activities which are key to delivery of the Sellafield Ltd mission. The site is envisaged to have a demand for analytical services until 2110.
Sellafield Ltd has therefore a requirement for suitably experienced and qualified service providers(s) to undertake LA (Low Active) and VLA (Very Low Active) Analytical services in support of Sellafield site Operations. The service is to consist of sample receipt or collection, storage, analyses and waste disposal.
The estimated value range of the contract scope of work is £86.5m-£100m. The duration is to be confirmed but is assumed to be 10 years with reviews at years 6 and 8.
The current supply chain contractual arrangements include:
- Environmental, Low Active Radiological, Dosimetry and Chemical analyses (Part A).
- Radiological and Chemical analyses supporting the Facilities Characterisation work stream (Part B).
Current arrangements are due to expire and Sellafield Ltd will be undertaking a procurement exercise for the continued provision of the Part A Services. In addition, Low Active analyses, currently undertaken by Sellafield Ltd within the site laboratory, will be included in the scope of the procurement. The transition of this scope to the supply chain is currently envisaged to take place during the early period of the contract.
Part B scope for Waste Characterisation Services will be subject to a separate tender at a later date to be confirmed and is therefore not included within the scope of this procurement.
The procurement will be open to all suppliers who can demonstrate they have the capacity either as a single organisation or in conjunction with a wider supply chain with significant levels of the required accreditation and experience in order to deliver the scope of work required.
The procurement will be subject to the Public Contract Regulations (PCR) 2015 and will be conducted using the Open Procedure, pursuant to regulation 27 of the PCR's 2015.
The procurement documents are available via the https://one-nda.force.com/s/Welcome portal. Once you have registered on and accessed the portal, use Atamis reference C8350 to access the Provision of Low Active and Very Low Active Analytical Services opportunity to:
- view the tender documents,
- ask questions or request further information using the inbuilt messaging facility; and
- submit your tender response.
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: £103,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
31 July 2025
End date
30 July 2035
This contract is subject to renewal
No
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Through the Atamis reference.
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-011322
four.2.2) Time limit for receipt of tenders or requests to participate
Date
12 December 2023
Local time
1:00pm
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: 24 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
6 September 2023
Local time
11:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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