Section one: Contracting authority
one.1) Name and addresses
Sellafield Ltd
Hinton House, Birchwood Park Avenue
Warrington
WA36GR
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.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
CANCELLED - Low Active and Very Low Active Analytical Services Provision
two.1.2) Main CPV code
- 71620000 - Analysis services
two.1.3) Type of contract
Services
two.1.4) Short description
CANCELLED - 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.
Further to the previous Prior Information Notice published in November 2021 for LA/VLA Analytical Services (https://www.find-tender.service.gov.uk/Notice/029715-2021?origin=SearchResults&p=1), the initial Market Engagement Event held during December 2021, CTM and Atamis notification in December 2022 and the 2nd Market Engagement Event in January 2023, this PIN provides updated information regarding timings for the Analytical Services Procurement along with updated instructions for registering your interest on the Atamis portal.
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
two.2.3) Place of performance
NUTS codes
- UKD1 - Cumbria
Main site or place of performance
Sellafield Site
two.2.4) Description of the procurement
CANCELLED - 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 current timetable for LA and VLA envisages:
- Competition commencement through issue of the Contract Notice in June 2023
- Contract Award in March 2025
- Mobilisation commences March 2025
- Transition of LA scope will be completed during the early 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 and 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 to be conducted using the Open Procedure, pursuant to regulation 27 of the PCR's 2015.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 70
Price - Weighting: 30
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 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 000-027671
four.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Section five. Award of contract
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section six. Complementary information
six.3) Additional information
Please be aware that Sellafield Ltd has taken the decision to cancel the above-mentioned Procurement, in line with section 12.15 of the Invitation to Tender instructions document issued with the tender pack “Right to cancel, clarify or vary the Procurement”, (see below).
12.15 Sellafield Ltd reserves the right to:
12.15.1 cancel, clarify or vary the Procurement at any stage.
12.15.2 not award any Contract; and /or
12.15.3 amend the terms and conditions of the Procurement at any stage.
The future strategy for the Procurement of Analytical Services is currently under internal review, Sellafield Ltd will provide updates via the Find a Tender Service in due course. Please continue to monitor for any further communications.
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