ذكذكتسئµ

Construction Tenders

19 August 2025

Related Information

Construction Contract Leads

North West

Category Services

Type

No. of Lots 1

Status Active

Published 11th Feb 2025

Tender Details
Referenceocds-h6vhtk-04ddd7
Common Procurement VocabularyAnalysis services
Procurement MethodOpen procedure
Value£96,000,000
« Previous Page

North West

Category Services

Type

No. of Lots 1

Status Active

Published 11th Feb 2025

Tender Details
Referenceocds-h6vhtk-04ddd7
Common Procurement VocabularyAnalysis services
Procurement MethodOpen procedure
Value£96,000,000

Section I: Contracting authority

I.1) Name and addresses

Sellafield Ltd

Hinton House, Birchwood Park Avenue

Warrington

WA36GR

Email

christopher.z.hart [at] sellafieldsites.com

Country

United Kingdom

NUTS code

UKD1 - Cumbria

Internet address(es)

Main address

Buyer's address

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other activity

Nuclear Decommissioning


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Analysis of Very Low Active and Environmental Samples

II.1.2) Main CPV code

  • 71620000 - Analysis services

II.1.3) Type of contract

Services

II.1.4) Short description

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 providers(s) to undertake Very Low Active (VLA) Analytical services in support of Sellafield site Operations. The service is to consist of sample receipt and transportation, storage, analyses, reporting and waste disposal.

The estimated value of the contract scope of work is آ£56m - آ£96m, and the contract duration is to be 8 years.

The current supply chain contractual arrangements for Very Low Active Analytical Services include:
- Environmental, Low Active Radiological, Dosimetry and Chemical analyses

Current contractual arrangements are due to expire and Sellafield Ltd will be undertaking a procurement exercise for the continued provision of these services.

II.1.5) Estimated total value

Value excluding VAT: آ£96,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 71900000 - Laboratory services

II.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria
Main site or place of performance

Sellafield Site

II.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 providers(s) to undertake Very Low Active (VLA) Analytical services in support of Sellafield site Operations. The service is to consist of sample receipt and transportation, storage, analyses, reporting and waste disposal.

The estimated value of the contract scope of work is آ£56m - آ£96m, and the contract duration is to be 8 years.

The current supply chain contractual arrangements for Very Low Active Analytical Services include:
- Environmental, Low Active Radiological, Dosimetry and Chemical analyses

Current contractual arrangements are due to expire and Sellafield Ltd will be undertaking a procurement exercise for the continued provision of these services.

Parties who are interested in potentially submitting a tender for this opportunity are requested to register on the shared service Nuclear Decommissioning Authority (NDA) OneNDA eCommercial Systems powered by Atamis (Atamis), which can be accessed via the URL . Parties who register on this system should then register against Atamis Project C22624 in order to access the Analysis of Very Low Active and Environmental Samples opportunity in order to:

- view the procurement and tender documents,
- ask questions or request further information using the inbuilt messaging facility; and
- submit your tender response

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: آ£96,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 August 2026

End date

31 July 2034

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Parties who are interested in potentially submitting a tender for this opportunity are requested to register on the shared service Nuclear Decommissioning Authority (NDA) OneNDA eCommercial Systems powered by Atamis (Atamis), which can be accessed via the URL . Parties who register on this system should then register against Atamis Project C22624 in order to access the Analysis of Very Low Active and Environmental Samples opportunity in order to:

- view the procurement and tender documents,
- ask questions or request further information using the inbuilt messaging facility; and
- submit your tender response


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

9 April 2025

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 9 October 2026

IV.2.7) Conditions for opening of tenders

Date

9 April 2025

Local time

1:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts Of Justice

Strand

London

WC2A 2LL

Email

rcj.dco [at] justice.gov.uk

Country

United Kingdom

Internet address