Tender

Analysis of Low Active, Very Low Active and Environmental Samples

  • Sellafield Ltd

F02: Contract notice

Notice identifier: 2023/S 000-027671

Procurement identifier (OCID): ocds-h6vhtk-03c242

Published 19 September 2023, 3:59pm



Section one: Contracting authority

one.1) Name and addresses

Sellafield Ltd

Hinton House, Birchwood Park Avenue

Warrington

WA36GR

Contact

Christopher Hart

Email

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

Email

RCJ.DCO@justice.gov.uk

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

Email

RCJ.DCO@justice.gov.uk

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

Email

RCJ.DCO@justice.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice