Construction Contract Leads
North West
Category Services
Type
No. of Lots 1
Status Active
Published 11th Feb 2025
Reference | ocds-h6vhtk-04ddd7 |
Common Procurement Vocabulary | Analysis services |
Procurement Method | Open procedure |
Value | £96,000,000 |
North West
Category Services
Type
No. of Lots 1
Status Active
Published 11th Feb 2025
Reference | ocds-h6vhtk-04ddd7 |
Common Procurement Vocabulary | Analysis services |
Procurement Method | Open procedure |
Value | £96,000,000 |
Section I: Contracting authority
I.1) Name and addresses
Sellafield Ltd
Hinton House, Birchwood Park Avenue
Warrington
WA36GR
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
rcj.dco [at] justice.gov.uk
Country
United Kingdom