Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Analysis of Low Active, Very Low Active and Environmental Samples

  • Cyhoeddwyd gyntaf: 22 Medi 2023
  • Wedi'i addasu ddiwethaf: 22 Medi 2023

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-03c242
Cyhoeddwyd gan:
Sellafield Ltd
ID Awudurdod:
AA0035
Dyddiad cyhoeddi:
22 Medi 2023
Dyddiad Cau:
12 Rhagfyr 2023
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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.<br/><br/>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.<br/><br/>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.<br/><br/>The current supply chain contractual arrangements include:<br/>- Environmental, Low Active Radiological, Dosimetry and Chemical analyses (Part A).<br/>- Radiological and Chemical analyses supporting the Facilities Characterisation work stream (Part B).<br/><br/>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.<br/><br/>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.<br/><br/>The procurement will be open to all suppliers 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.<br/><br/>The procurement will be subject to the Public Contract Regulations (PCR) 2015 and will be conducted using the Open Procedure, pursuant to regulation 27 of the PCR's 2015.<br/><br/>The procurement documents are available via the https://one-nda.force.com/s/Welcome portal. Once you have registered on and accessed the portal, use Atamis reference C8350 to access the Provision of Low Active and Very Low Active Analytical Services opportunity to:<br/>- view the tender documents,<br/>- ask questions or request further information using the inbuilt messaging facility; and<br/>- submit your tender response.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Sellafield Ltd

Hinton House, Birchwood Park Avenue

Warrington

WA36GR

UK

Person cyswllt: Christopher Hart

E-bost: christopher.z.hart@sellafieldsites.com

NUTS: UKD1

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.gov.uk/government/organisations/sellafield-ltd

Cyfeiriad proffil y prynwr: https://www.gov.uk/government/organisations/sellafield-ltd

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://atamis-2464.my.site.com/s/Welcome


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://one-nda.force.com/s/Welcome


Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:


I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Arall: Nuclear Decommissioning Authority

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Analysis of Low Active, Very Low Active and Environmental Samples

Cyfeirnod: C8350

II.1.2) Prif god CPV

71620000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

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.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 103 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

71620000

71900000

II.2.3) Man cyflawni

Cod NUTS:

UKD1


Prif safle neu fan cyflawni:

Cumbria

II.2.4) Disgrifiad o’r caffaeliad

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.<br/><br/>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.<br/><br/>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.<br/><br/>The current supply chain contractual arrangements include:<br/>- Environmental, Low Active Radiological, Dosimetry and Chemical analyses (Part A).<br/>- Radiological and Chemical analyses supporting the Facilities Characterisation work stream (Part B).<br/><br/>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.<br/><br/>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.<br/><br/>The procurement will be open to all suppliers 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.<br/><br/>The procurement will be subject to the Public Contract Regulations (PCR) 2015 and will be conducted using the Open Procedure, pursuant to regulation 27 of the PCR's 2015.<br/><br/>The procurement documents are available via the https://one-nda.force.com/s/Welcome portal. Once you have registered on and accessed the portal, use Atamis reference C8350 to access the Provision of Low Active and Very Low Active Analytical Services opportunity to:<br/>- view the tender documents,<br/>- ask questions or request further information using the inbuilt messaging facility; and<br/>- submit your tender response.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 103 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 31/07/2025

Diwedd: 30/07/2035

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

Through the Atamis reference.

III.1.2) Statws economaidd ac ariannol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.1.3) Gallu technegol a phroffesiynol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.2) Amodau sy’n gysylltiedig â’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2023/S 000-011322

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 12/12/2023

Amser lleol: 13:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 24  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 06/09/2023

Amser lleol: 11:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Royal Courts Of Justice

Strand

London

WC2A 2LL

UK

E-bost: RCJ.DCO@justice.gov.uk

Cyfeiriad(au) rhyngrwyd

URL: https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice

VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu

Royal Courts Of Justice

Strand

London

WC2A 2LL

UK

E-bost: RCJ.DCO@justice.gov.uk

Cyfeiriad(au) rhyngrwyd

URL: https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice

VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu

Royal Courts Of Justice

Strand

London

WC2A 2LL

UK

E-bost: RCJ.DCO@justice.gov.uk

Cyfeiriad(au) rhyngrwyd

URL: https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice

VI.5) Dyddiad anfon yr hysbysiad hwn

19/09/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
71620000 Gwasanaethau dadansoddi Gwasanaethau profi, dadansoddi ac ymgynghori technegol
71900000 Gwasanaethau labordy Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
christopher.z.hart@sellafieldsites.com
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.