Notice Information
Notice Title
Independent Certification Assessment Services
Notice Description
This tender is for the provision of Independent Certification Services by a UKAS (United Kingdom Accreditation Service) accredited certification body for a period of 4 years. It is a collaborative procurement led by Sellafield Ltd for services to be provided to the following contracting authorities: * International Nuclear Services (INS) and its subsidiary Pacific Nuclear Transport Limited (PNTL); * Nuclear Decommissioning Authority (NDA); * Nuclear Waste Services (NWS) * National Nuclear Laboratory (NNL); * Sellafield Ltd; * Nuclear Restoration Services (NRS) Scope 1. The Service Provider must be a UKAS (United Kingdom Accreditation Service) accredited certification body, or equivalent, by those accreditation bodies that that are members of the European or international multilateral agreements (i.e. those operated by EA, ILAC and IAF) and must be accredited to conduct vitrification of annual emissions data and if applicable, verification associated with Free Allocation of the UK Emissions Trading Scheme, (UK ETS) in accordance with the Greenhouse Gas Emissions Trading Scheme Order 2020. 2. The Service Provider's assessors must be: a. International Register of Certificated Auditors (IRCA) registered; b. lead or principal auditors; c. qualified to conduct combined Quality Management System (QMS), Environment Management System (EMS) and, if applicable, Health and Safety Management Systems (HSMS), UK Emissions Trading Scheme (UK ETS) and Business Continuity Management Systems (BCMS) assessments; and d. have experience in quality, environment, safety, information security, business continuity, and preferably experience of the nuclear industry. 3. The Service Provider's assessors must be qualified to audit ISO 9001, ISO 45001 and ISO 14001. Where certification is required for three or more standards it is a requirement that the Service Provider's assessors are qualified to audit at least two of the standards ("Standards" shall include, but not be limited to ISO Standards 9001/14001/22304/44001/50001/55001, ISO45001, ISO 27001, ISO 14064 and ISO 22301 OHSAS 18001, BS 25999 and legislation, such as UK ETS and the Service Provider must be able to manage multiple certifications in a cost-effective way. The intent of this notice is to understand if the supply chain would be interested in the Provision of Independent Assessment Services. If you interested in this opportunity please could you provide a response to Rachael.a.ellis@sellafieldsites.com on the questions below, by close of play Thursday 22nd February 2024. 1. Would your company be interested in bidding against the opportunity? 2. What are the key aspects/constraints that would influence your bid decision? 3. What do you consider to be a sufficient mobilisation period?
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-adc4fd56-3d3c-4c1d-bff0-f9d731a94f8f
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/6308bcab-d7ac-49ef-ad4c-91145911cd19
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Planned Procurement Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (above threshold)
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
72224200 - System quality assurance planning services
72225000 - System quality assurance assessment and review services
79132000 - Certification services
Notice Value(s)
- Tender Value
- £2,000,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 15 Feb 20242 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 30 Apr 2024Expired
- Award Date
- Not specified
- Contract Period
- 1 Dec 2024 - 30 Nov 2028 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SELLAFIELD LTD
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- WARRINGTON
- Postcode
- WA3 6GR
- Post Town
- Warrington
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD6 Cheshire
- Small Region (ITL 3)
- TLD61 Warrington
- Delivery Location
- TLD North West (England), TLM Scotland
-
- Local Authority
- Warrington
- Electoral Ward
- Birchwood
- Westminster Constituency
- Warrington North
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/6308bcab-d7ac-49ef-ad4c-91145911cd19
15th February 2024 - Future opportunity notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/59253811-bf8c-4c2b-a621-a5350d162aee
15th February 2024 - Future opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-adc4fd56-3d3c-4c1d-bff0-f9d731a94f8f-2024-02-15T09:58:06Z",
"date": "2024-02-15T09:58:06Z",
"ocid": "ocds-b5fd17-adc4fd56-3d3c-4c1d-bff0-f9d731a94f8f",
"language": "en",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "1",
"documentType": "plannedProcurementNotice",
"description": "Future opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/59253811-bf8c-4c2b-a621-a5350d162aee",
"datePublished": "2024-02-15T09:56:53Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "plannedProcurementNotice",
"description": "Future opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/6308bcab-d7ac-49ef-ad4c-91145911cd19",
"datePublished": "2024-02-15T09:56:53Z",
"dateModified": "2024-02-15T09:58:06Z",
"format": "text/html",
"language": "en"
}
]
},
"tender": {
"id": "CF-0122000D4L000000iAvzUAE",
"title": "Independent Certification Assessment Services",
"description": "This tender is for the provision of Independent Certification Services by a UKAS (United Kingdom Accreditation Service) accredited certification body for a period of 4 years. It is a collaborative procurement led by Sellafield Ltd for services to be provided to the following contracting authorities: * International Nuclear Services (INS) and its subsidiary Pacific Nuclear Transport Limited (PNTL); * Nuclear Decommissioning Authority (NDA); * Nuclear Waste Services (NWS) * National Nuclear Laboratory (NNL); * Sellafield Ltd; * Nuclear Restoration Services (NRS) Scope 1. The Service Provider must be a UKAS (United Kingdom Accreditation Service) accredited certification body, or equivalent, by those accreditation bodies that that are members of the European or international multilateral agreements (i.e. those operated by EA, ILAC and IAF) and must be accredited to conduct vitrification of annual emissions data and if applicable, verification associated with Free Allocation of the UK Emissions Trading Scheme, (UK ETS) in accordance with the Greenhouse Gas Emissions Trading Scheme Order 2020. 2. The Service Provider's assessors must be: a. International Register of Certificated Auditors (IRCA) registered; b. lead or principal auditors; c. qualified to conduct combined Quality Management System (QMS), Environment Management System (EMS) and, if applicable, Health and Safety Management Systems (HSMS), UK Emissions Trading Scheme (UK ETS) and Business Continuity Management Systems (BCMS) assessments; and d. have experience in quality, environment, safety, information security, business continuity, and preferably experience of the nuclear industry. 3. The Service Provider's assessors must be qualified to audit ISO 9001, ISO 45001 and ISO 14001. Where certification is required for three or more standards it is a requirement that the Service Provider's assessors are qualified to audit at least two of the standards (\"Standards\" shall include, but not be limited to ISO Standards 9001/14001/22304/44001/50001/55001, ISO45001, ISO 27001, ISO 14064 and ISO 22301 OHSAS 18001, BS 25999 and legislation, such as UK ETS and the Service Provider must be able to manage multiple certifications in a cost-effective way. The intent of this notice is to understand if the supply chain would be interested in the Provision of Independent Assessment Services. If you interested in this opportunity please could you provide a response to Rachael.a.ellis@sellafieldsites.com on the questions below, by close of play Thursday 22nd February 2024. 1. Would your company be interested in bidding against the opportunity? 2. What are the key aspects/constraints that would influence your bid decision? 3. What do you consider to be a sufficient mobilisation period?",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "72224200",
"description": "System quality assurance planning services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79132000",
"description": "Certification services"
},
{
"scheme": "CPV",
"id": "72225000",
"description": "System quality assurance assessment and review services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"postalCode": "WA3 6GR"
},
{
"region": "North West",
"countryName": "United Kingdom"
},
{
"region": "Scotland",
"countryName": "United Kingdom"
},
{
"postalCode": "WA3 6GR"
},
{
"region": "North West",
"countryName": "United Kingdom"
},
{
"region": "Scotland",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 2000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (above threshold)",
"communication": {
"futureNoticeDate": "2024-04-30T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2024-12-01T00:00:00Z",
"endDate": "2028-11-30T23:59:59Z"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services"
},
"parties": [
{
"id": "GB-CFS-238492",
"name": "Sellafield Ltd",
"identifier": {
"legalName": "Sellafield Ltd"
},
"address": {
"streetAddress": "Hinton House",
"locality": "Warrington",
"postalCode": "WA3 6GR",
"countryName": "GB"
},
"contactPoint": {
"name": "Rachael.A Ellis",
"email": "rachael.a.ellis@sellafieldsites.com"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-238492",
"name": "Sellafield Ltd"
}
}