Planning

Waste Characterisation Services

SELLAFIELD

This public procurement record has 1 release in its history.

Planning

20 Jul 2020 at 08:24

Summary of the contracting process

The procurement process titled "Waste Characterisation Services" is being conducted by Sellafield, focused on providing services for managing solid low-level radioactive waste within the nuclear industry. This tender falls under the industry category of radioactive waste services and is currently in the planning stage. Key dates include an engagement end date set for 31st July 2020, which marks the deadline for suppliers to express their interest and submit completed questionnaires. The services are intended to be delivered at addresses within the CA20 1DB postal code area. This procurement aims to establish a multi-supplier framework lasting four years, facilitating access to a suite of waste and logistic services for Sellafield's customers.

This tender presents significant opportunities for businesses specialising in environmental services, waste management, and logistics related to radioactive materials. Companies that possess expertise in areas such as project management, on-site sampling, packaging, transport, analysis and reporting of radioactive waste will be particularly well-placed to compete for this framework. Engaging in this procurement not only enables businesses to expand their offerings but also allows them to be associated with a key player in the nuclear decommissioning and waste management sector, potentially leading to long-term strategic partnerships.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Waste Characterisation Services

Notice Description

As part of its role as NDA's Low Level Waste management contractor, LLWR is leading the implementation of the UK Strategy for the Management of Solid Low Level Radioactive Waste from the Nuclear Industry through the National Waste Programme for Lower Activity Wastes. The core objective is to implement the Waste Management Hierarchy to prolong the life of the Low Level Waste Repository. At the heart of LLWR's mission is the provision of services that provide alternative options to waste producers to preserve Repository capacity. The Waste Services Contract (WSC) allows Customers to access LLWR's suite of Waste and Logistic Services. The planned Waste Characterisation Services procurement is for a 4-year multi-supplier framework covering a range of radioactive waste characterisation needs. Suppliers will enter into the framework with LLWR. LLWR's Customers can utilise the framework services via the WSC with LLWR (please refer to Section VI - Complementary Information for details). This PIN is to initiate early engagement with the supply chain regarding the future Waste Characterisation Services procurement. This will help us to develop our strategy and scope. LLWR's intention is to procure a framework agreement with 5 to 8 suppliers covering the following radioactive waste characterisation lifecycle requirements: * Project management; * Pre-operational investigations; * On-site sampling operations; * Packaging; * Transport; * Analysis; * Interpretation, reporting and option identification; * Measurement services; * Sample retention and disposal. For more information about the framework, and the opportunity to complete a questionnaire to provide feedback and notify your interest in bidding, please accept the CTM invitation. You can then access an information pack via the Documents area of CTM. Please note that completed questionnaires are required by midday on Friday 31st July 2020. Additional information: The prospective Framework will be for use by organisations that either currently hold, or may in future enter into, a Waste Services Contract with LLWR. These organisations include private sector bodies, plus public sector bodies that fall into one or more of the categories: 1. Any of the following and their future successors: (a) Ministerial government departments; (b) Non-ministerial government departments; (c) Executive agencies of government; (d) Non-Departmental Public Bodies (NDPBs), including advisory NDPBs, executive NDPBs, and tribunal NDPBs; (e) Assembly Sponsored Public Bodies (ASPBs); (f) Police forces; (g) Fire and rescue services; (h) Ambulance services; (i) Maritime and coastguard agency services; (j) NHS bodies; (k) Educational bodies or establishments including state schools (nursery schools, primary schools, middle or high schools, secondary schools, special schools), academies, colleges, Pupil Referral Unit (PRU), further education colleges and universities; (l) Hospices; (m) National Parks; (n) Housing associations, including registered social landlords; (o) Third sector and charities; (p) Citizens advice bodies; (q) Councils, including county councils, district councils, county borough councils, community councils, London borough councils, unitary councils, metropolitan councils, parish councils; (r) Public corporations; (s) Public financial bodies or institutions; (t) Public pension funds; (u) Central banks; and (v) Civil service bodies, including public sector buying organisations. 2. Those listed and maintained by the Government on their website at https://www.gov.uk/government/organisations or any replacement or updated web-link. 3. Those listed and maintained by the Office of National Statistics (ONS) at https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide or any replacement or updated web-link. 4. Those bodies in England, Wales or Northern Ireland which are within the scope of the definition of "Contracting Authority" in regulation 2(1) of the Public Contracts Regulations 2015 (PCR) and/or Schedule 1 PCR.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-2b0497ff-f4f3-4e6f-8145-4d75c3c8af59
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/37655e89-a570-4987-a720-fc5b60551714
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Market Engagement Notice
Procurement Type
Framework
Procurement Category
Not specified
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

90520000 - Radioactive-, toxic-, medical- and hazardous waste services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 Jul 20205 years ago
Submission Deadline
Not specified
Future Notice Date
31 Jul 2020Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
SELLAFIELD
Contact Name
Joanne Makin
Contact Email
joanne.m.makin@llwrsite.com
Contact Phone
Not specified

Buyer Location

Locality
CALDERBRIDGE
Postcode
CA20 1DB
Post Town
Carlisle
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD1 Cumbria
Small Region (ITL 3)
TLD13 Cumberland
Delivery Location
Not specified

Local Authority
Cumberland
Electoral Ward
Gosforth
Westminster Constituency
Whitehaven and Workington

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-2b0497ff-f4f3-4e6f-8145-4d75c3c8af59-2020-07-20T09:24:16+01:00",
    "date": "2020-07-20T09:24:16+01:00",
    "ocid": "ocds-b5fd17-2b0497ff-f4f3-4e6f-8145-4d75c3c8af59",
    "language": "en",
    "initiationType": "tender",
    "title": "Waste Characterisation Services",
    "planning": {
        "milestones": [
            {
                "id": "1",
                "title": "Engagement end date",
                "type": "engagement",
                "dueDate": "2020-07-31T23:59:59+01:00"
            }
        ],
        "documents": [
            {
                "id": "1",
                "documentType": "marketEngagementNotice",
                "description": "Early engagement notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/37655e89-a570-4987-a720-fc5b60551714",
                "datePublished": "2020-07-20T09:24:16+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "tender": {
        "id": "CTM RFT 12377",
        "title": "Waste Characterisation Services",
        "description": "As part of its role as NDA's Low Level Waste management contractor, LLWR is leading the implementation of the UK Strategy for the Management of Solid Low Level Radioactive Waste from the Nuclear Industry through the National Waste Programme for Lower Activity Wastes. The core objective is to implement the Waste Management Hierarchy to prolong the life of the Low Level Waste Repository. At the heart of LLWR's mission is the provision of services that provide alternative options to waste producers to preserve Repository capacity. The Waste Services Contract (WSC) allows Customers to access LLWR's suite of Waste and Logistic Services. The planned Waste Characterisation Services procurement is for a 4-year multi-supplier framework covering a range of radioactive waste characterisation needs. Suppliers will enter into the framework with LLWR. LLWR's Customers can utilise the framework services via the WSC with LLWR (please refer to Section VI - Complementary Information for details). This PIN is to initiate early engagement with the supply chain regarding the future Waste Characterisation Services procurement. This will help us to develop our strategy and scope. LLWR's intention is to procure a framework agreement with 5 to 8 suppliers covering the following radioactive waste characterisation lifecycle requirements: * Project management; * Pre-operational investigations; * On-site sampling operations; * Packaging; * Transport; * Analysis; * Interpretation, reporting and option identification; * Measurement services; * Sample retention and disposal. For more information about the framework, and the opportunity to complete a questionnaire to provide feedback and notify your interest in bidding, please accept the CTM invitation. You can then access an information pack via the Documents area of CTM. Please note that completed questionnaires are required by midday on Friday 31st July 2020. Additional information: The prospective Framework will be for use by organisations that either currently hold, or may in future enter into, a Waste Services Contract with LLWR. These organisations include private sector bodies, plus public sector bodies that fall into one or more of the categories: 1. Any of the following and their future successors: (a) Ministerial government departments; (b) Non-ministerial government departments; (c) Executive agencies of government; (d) Non-Departmental Public Bodies (NDPBs), including advisory NDPBs, executive NDPBs, and tribunal NDPBs; (e) Assembly Sponsored Public Bodies (ASPBs); (f) Police forces; (g) Fire and rescue services; (h) Ambulance services; (i) Maritime and coastguard agency services; (j) NHS bodies; (k) Educational bodies or establishments including state schools (nursery schools, primary schools, middle or high schools, secondary schools, special schools), academies, colleges, Pupil Referral Unit (PRU), further education colleges and universities; (l) Hospices; (m) National Parks; (n) Housing associations, including registered social landlords; (o) Third sector and charities; (p) Citizens advice bodies; (q) Councils, including county councils, district councils, county borough councils, community councils, London borough councils, unitary councils, metropolitan councils, parish councils; (r) Public corporations; (s) Public financial bodies or institutions; (t) Public pension funds; (u) Central banks; and (v) Civil service bodies, including public sector buying organisations. 2. Those listed and maintained by the Government on their website at https://www.gov.uk/government/organisations or any replacement or updated web-link. 3. Those listed and maintained by the Office of National Statistics (ONS) at https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide or any replacement or updated web-link. 4. Those bodies in England, Wales or Northern Ireland which are within the scope of the definition of \"Contracting Authority\" in regulation 2(1) of the Public Contracts Regulations 2015 (PCR) and/or Schedule 1 PCR.",
        "status": "planning",
        "classification": {
            "scheme": "CPV",
            "id": "90520000",
            "description": "Radioactive-, toxic-, medical- and hazardous waste services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "CA20 1DB"
                    }
                ]
            }
        ],
        "suitability": {
            "sme": false,
            "vcse": false
        }
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/V46d8W3T",
            "name": "Sellafield",
            "identifier": {
                "legalName": "Sellafield",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/V46d8W3T"
            },
            "address": {
                "streetAddress": "Pelham House",
                "locality": "Calderbridge",
                "postalCode": "CA20 1DB",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Joanne Makin",
                "email": "joanne.m.makin@llwrsite.com"
            },
            "details": {
                "url": "https://www.gov.uk/government/case-studies/shared-services-alliance-ssa-for-nuclear-decommissioning-estate"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/V46d8W3T",
        "name": "Sellafield"
    }
}