Section one: Contracting authority
one.1) Name and addresses
CTM Portal for the NDA Shared Services Alliance
Calder Bridge
Seascale
CA20 1PG
Contact
Sandra Norman
sandra.norman@sellafieldsites.com
Telephone
+44 7808786628
Country
United Kingdom
NUTS code
UKD1 - Cumbria
National registration number
01002607
Internet address(es)
Main address
Buyer's address
https://sharedsystems.eu-supply.com/ctm/Company/CompanyInformation/Index/3510
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15289&B=SELLAFIELD
Additional information can be obtained from 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
LA/VLA Analytical Services - Market Engagement
Reference number
PIN 14910
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. From 2024 onwards the planned procurement will cover a range of services for Environmental, Low Active Radiological, Dosimetry and Chemical analyses. Organisations interested in working with Sellafield Ltd are invited to join a Market Engagement event (MS Teams) via the Sellafield Ltd CTM System, details described in Section 11.2.4, to learn more about the forthcoming tender.
two.1.5) Estimated total value
Value excluding VAT: £70,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71900000 - Laboratory services
- 90521000 - Radioactive waste treatment services
- 90700000 - Environmental services
two.2.3) Place of performance
NUTS codes
- UKD1 - 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 e.g. 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 provider(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 £52-70m. The duration is to be confirmed but is assumed to be 8 years on a 4+2+2 basis.
The current supply chain contractual arrangements includes:
• 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 end in or around July 2024, and Sellafield Ltd will be undertaking a procurement exercise for the continued provision of the Part A services. In addition, Low Active analysis, 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 first period of the contract.
It is currently anticipated that the 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 this market engagement exercise.
The current timetable for LA and VLA envisages:
• Competition commencement in November 2022,
• Contract Award in December 2023 and
• Mobilisation period between December 2023 thru to July 2024 for VLA
• Transition of LA Scope will be completed during the first period of the contract.
The procurement will be open to all providers 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, experience in order to deliver the scope of work required.
The procurement will be subject to the Public Contract Regulations (PCR) 2015 and is currently planned as being conducted using the Open Procedure, pursuant to Regulation 27 of the PCRs 2015.
The purpose of Market Engagement event is to allow the supply chain the opportunity to review information beforehand and gain a better understanding of the requirement with the aim of assisting SL to optimise its Acquisition Strategy aligning Sellafield Ltd expectations and requirements with those of the supply chain.
The Market Engagement event is scheduled for the 16th December 2021. The engagement will be held online (MS Teams) for approximately one and a half hours. An information pack will be available via CTM following registration; the pack will consist of detail on the service requirements, a copy of the presenters slide pack and a supply chain questionnaire.
two.2.14) Additional information
Organisation who have an interest in the event are required to:
• Register their interest via Sellafield Ltd CTM System, against Ref ID Number 14910. Individual MS Teams invites will follow to join the event.
• Review the information pack, and;
• Complete the questionnaire via the CTM System in advance of the planned event.
two.3) Estimated date of publication of contract notice
1 December 2021
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes