Planning

Independent Certification Assessment Services

SELLAFIELD LTD

This public procurement record has 2 releases in its history.

Planning

15 Feb 2024 at 09:58

Planning

15 Feb 2024 at 09:56

Summary of the contracting process

The buying organization Sellafield Ltd is leading a collaborative procurement for "Independent Certification Assessment Services" in the services category. The procurement is in the planning stage and aims to engage a UKAS accredited certification body for a 4-year contract period starting from December 1, 2024, to November 30, 2028. The opportunity is open to businesses interested in providing certification services to various contracting authorities related to the nuclear industry. The deadline for expressions of interest is Thursday 22nd February 2024.

This tender presents an opportunity for businesses holding UKAS accreditation and experience in quality management systems, environmental management systems, and safety assessments, particularly in the nuclear industry, to compete. Companies able to conduct ISO 9001, ISO 45001, and ISO 14001 audits are well-suited to bid for this opportunity. Interested parties are encouraged to respond to Sellafield Ltd for consideration of their bids by the specified deadline. The contract value is set at GBP 2,000,000, offering a significant potential for business growth and development in the quality assurance and certification services sector.

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

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?

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

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

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-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"
    }
}