91ÃÛÌÒÊÓÆµ

Construction Tenders

07 May 2025

Related Information

Construction Contract Leads

North West

Category Services

Type

No. of Lots 1

Status Active

Published 17th Feb 2025

Tender Details
Referenceocds-h6vhtk-04e2fc
Common Procurement VocabularyEnvironmental services
Procurement MethodOpen procedure
Value£9,920,000
« Previous Page

North West

Category Services

Type

No. of Lots 1

Status Active

Published 17th Feb 2025

Tender Details
Referenceocds-h6vhtk-04e2fc
Common Procurement VocabularyEnvironmental services
Procurement MethodOpen procedure
Value£9,920,000

Section I: Contracting authority

I.1) Name and addresses

Sellafield Ltd

Hinton House, Birchwood Park Avenue

Warrington

WA36GR

Contact

Fraiser Brough

Email

fraiser.brough [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 to the above-mentioned address

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

Environmental & Conventional Health & Safety Services

II.1.2) Main CPV code

  • 90700000 - Environmental services

II.1.3) Type of contract

Services

II.1.4) Short description

Sellafield Ltd requires Environmental and Conventional Health and Safety Services to meet the current and ongoing levels of demand as set by Sellafield Ltd and to assist in day-to-day operations. Compliance with Environment and Safety regulatory requirements are fundamental to delivery across all aspects of Sellafield Ltd's operations; consequently, Sellafield Ltd requires access to an established supply chain with a proven track record and capable of delivering both Environmental and Conventional Health and Safety services.

This procurement will be managed via the shared service Nuclear Decommissioning Authority (NDA) OneNDA eCommercial Systems powered by Atamis, which can be accessed via the URL .

Once you have registered on Atamis, you can access all documentation and submit a response using the record reference C8492.

II.1.5) Estimated total value

Value excluding VAT: £9,920,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 71317200 - Health and safety services

II.2.3) Place of performance

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

Cumbria

II.2.4) Description of the procurement

The scope of this Procurement is to provide external specialised knowledge and experience and is split into six Lots as follows:

• Lot 1- Environmental Assessment, Development and application of modelling codes and numerical analysis
• Lot 2 - Monitoring and Characterisation
• Lot 3 - Regulatory compliance and improvement
• Lot 4 - Carbon Management and Environmental Sustainability
• Lot 5 – Dangerous Substances & Explosive Atmospheres (DSEAR) Assessment and Chemical Identification
• Lot 6 - Occupational hygiene

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: £9,920,000

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

Start date

1 October 2025

End date

30 September 2030

This contract is subject to renewal

Yes

Description of renewals

Subject to a further 2 + 2 years

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


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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

15 May 2025

Local time

11:00am

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

Duration in months: 12 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

17 February 2025

Local time

6:00pm

Place

This procurement will be managed via the shared service Nuclear Decommissioning Authority (NDA) OneNDA eCommercial Systems powered by Atamis, which can be accessed via the URL .
Once you have registered on Atamis, you can access all documentation and submit a response using the record reference C8492.


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

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

VI.4.2) Body responsible for mediation procedures

Royal Courts Of Justice

Strand

London

WC2A 2LL

Email

rcj.dco [at] justice.gov.uk

Country

United Kingdom

Internet address

VI.4.4) Service from which information about the review procedure may be obtained

Royal Courts Of Justice

Strand

London

WC2A 2LL

Email

rcj.dco [at] justice.gov.uk

Country

United Kingdom

Internet address