Notice Information
Notice Title
Provision of Environmental and Conventional Health & Safety Services
Notice Description
Lot 1: Environmental Services Lot 2: Conventional Health & Safety Services
Lot Information
Environmental Services
Lot 1: Environmental Services Lot 1: Environmental Services Support may be required at Sellafield for the delivery of Environmental services. The provision of technical support services to augment Sellafield Ltd.'s own technical support teams, to deliver advice and guidance in accordance with relevant legal and regulatory requirements, Sellafield Ltd.'s Site Licence Conditions, policies, procedures and working practices. The tenderer may choose to sub-contract any part or parts of the work to any II.2) II.2.1) II.2.2) II.2.3) II.2.4) other party (including associate, subsidiary or parent organisations) this should be declared, and the relevant details provided as and when requested. Sellafield Ltd require a minimum of three years proven experience conducting the type or worked detailed in the Work Package. This work must be on industrial premises of a similar size to that detailed in the. Work Package. For each work package there may be a range of tasks associated with the production of one or a suite of defined deliverables. These could include, but not be limited to, any of the following: Group A: Development and application of modelling codes and numerical analysis Group B: Environmental monitoring Group C: Regulatory compliance and improvement Group D: Legislation review, training and technical support Group E: Site characterisation
Conventional Health & Safety ServicesScope Lot 2: Safety Services Lot 2 relates to the provision of technical support services in the area of Safety Services for Sellafield Ltd. This service augments Sellafield Ltd.'s own technical support teams, to deliver advice and guidance in accordance with relevant legal and regulatory requirements for each specific subject matter, for example for Legionella in compliance with the Control of Substances Hazardous to Health Regulations 2002 and Approved Code of Practice L8. For each Work Package there may be a range of tasks associated with the production of one or a suite of defined deliverables. This may result in a Sellafield Task Request being issued as part of the Work Package for all/some of the required work. The Task Request will be specified by Sellafield Ltd personnel and include a detailed scope of work, this will be agreed before any work is started. All constraints, and Exclusions will be agreed during the scoping of the task. These could include, but not be limited to, any of the following: II.3) IV.1) IV.1.8) IV.2) VI.3) Group A: Occupational Hygiene Group B: Chemical Safety Group C: Conventional Safety
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0287e9
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/000163-2021
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
79 - Business services: law, marketing, consulting, recruitment, printing and security
80 - Education and training services
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
71317200 - Health and safety services
71317210 - Health and safety consultancy services
79417000 - Safety consultancy services
80540000 - Environmental training services
80550000 - Safety training services
90700000 - Environmental services
90711000 - Environmental impact assessment other than for construction
90711200 - Environmental standards other than for construction
90711300 - Environmental indicators analysis other than for construction
90711400 - Environmental Impact Assessment (EIA) services other than for construction
90711500 - Environmental monitoring other than for construction
90713000 - Environmental issues consultancy services
90714100 - Environmental information systems
90721000 - Environmental safety services
Notice Value(s)
- Tender Value
- £5,000,000 £1M-£10M
- Lots Value
- £5,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 5 Jan 20215 years ago
- Submission Deadline
- 5 Feb 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 26 Jul 2021 - 26 Jul 2025 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SELLAFIELD LTD
- Contact Name
- Louise Corkhill
- Contact Email
- louise.a.corkhill@sellafieldsites.com
- Contact Phone
- +44 1946781178
Buyer Location
- Locality
- SEASCALE
- Postcode
- CA20 1PG
- 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
- TLD North West (England)
-
- Local Authority
- Cumberland
- Electoral Ward
- Gosforth
- Westminster Constituency
- Whitehaven and Workington
Further Information
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-h6vhtk-0287e9-2021-01-05T19:10:35Z",
"date": "2021-01-05T19:10:35Z",
"ocid": "ocds-h6vhtk-0287e9",
"initiationType": "tender",
"tender": {
"id": "05012021LAC",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Provision of Environmental and Conventional Health & Safety Services",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "90721000",
"description": "Environmental safety services"
},
"mainProcurementCategory": "services",
"description": "Lot 1: Environmental Services Lot 2: Conventional Health & Safety Services",
"value": {
"amount": 5000000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsAwardedPerSupplier": 2
},
"lots": [
{
"id": "1",
"title": "Environmental Services",
"description": "Lot 1: Environmental Services Lot 1: Environmental Services Support may be required at Sellafield for the delivery of Environmental services. The provision of technical support services to augment Sellafield Ltd.'s own technical support teams, to deliver advice and guidance in accordance with relevant legal and regulatory requirements, Sellafield Ltd.'s Site Licence Conditions, policies, procedures and working practices. The tenderer may choose to sub-contract any part or parts of the work to any II.2) II.2.1) II.2.2) II.2.3) II.2.4) other party (including associate, subsidiary or parent organisations) this should be declared, and the relevant details provided as and when requested. Sellafield Ltd require a minimum of three years proven experience conducting the type or worked detailed in the Work Package. This work must be on industrial premises of a similar size to that detailed in the. Work Package. For each work package there may be a range of tasks associated with the production of one or a suite of defined deliverables. These could include, but not be limited to, any of the following: Group A: Development and application of modelling codes and numerical analysis Group B: Environmental monitoring Group C: Regulatory compliance and improvement Group D: Legislation review, training and technical support Group E: Site characterisation",
"value": {
"amount": 3000000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2021-07-27T00:00:00+01:00",
"endDate": "2025-07-26T23:59:59+01:00"
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 6,
"maximumCandidates": 6
},
"selectionCriteria": {
"description": "Top 6 scoring candidates at SQ Stage as advised in the procurement documentation."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "2",
"title": "Conventional Health & Safety Services",
"description": "Scope Lot 2: Safety Services Lot 2 relates to the provision of technical support services in the area of Safety Services for Sellafield Ltd. This service augments Sellafield Ltd.'s own technical support teams, to deliver advice and guidance in accordance with relevant legal and regulatory requirements for each specific subject matter, for example for Legionella in compliance with the Control of Substances Hazardous to Health Regulations 2002 and Approved Code of Practice L8. For each Work Package there may be a range of tasks associated with the production of one or a suite of defined deliverables. This may result in a Sellafield Task Request being issued as part of the Work Package for all/some of the required work. The Task Request will be specified by Sellafield Ltd personnel and include a detailed scope of work, this will be agreed before any work is started. All constraints, and Exclusions will be agreed during the scoping of the task. These could include, but not be limited to, any of the following: II.3) IV.1) IV.1.8) IV.2) VI.3) Group A: Occupational Hygiene Group B: Chemical Safety Group C: Conventional Safety",
"value": {
"amount": 2000000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2021-07-27T00:00:00+01:00",
"endDate": "2025-07-26T23:59:59+01:00"
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 6,
"maximumCandidates": 6
},
"selectionCriteria": {
"description": "Top 6 scoring candidates at SQ Stage as advised in the procurement documentation"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "80540000",
"description": "Environmental training services"
},
{
"scheme": "CPV",
"id": "90700000",
"description": "Environmental services"
},
{
"scheme": "CPV",
"id": "90711000",
"description": "Environmental impact assessment other than for construction"
},
{
"scheme": "CPV",
"id": "90711200",
"description": "Environmental standards other than for construction"
},
{
"scheme": "CPV",
"id": "90711300",
"description": "Environmental indicators analysis other than for construction"
},
{
"scheme": "CPV",
"id": "90711400",
"description": "Environmental Impact Assessment (EIA) services other than for construction"
},
{
"scheme": "CPV",
"id": "90711500",
"description": "Environmental monitoring other than for construction"
},
{
"scheme": "CPV",
"id": "90713000",
"description": "Environmental issues consultancy services"
},
{
"scheme": "CPV",
"id": "90714100",
"description": "Environmental information systems"
}
],
"deliveryAddresses": [
{
"region": "UKD"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Cumbria"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71317200",
"description": "Health and safety services"
},
{
"scheme": "CPV",
"id": "71317210",
"description": "Health and safety consultancy services"
},
{
"scheme": "CPV",
"id": "79417000",
"description": "Safety consultancy services"
},
{
"scheme": "CPV",
"id": "80550000",
"description": "Safety training services"
},
{
"scheme": "CPV",
"id": "90721000",
"description": "Environmental safety services"
}
],
"deliveryAddresses": [
{
"region": "UKD"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Cumbria"
},
"relatedLot": "2"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13242&B=SELLAFIELD",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 4
}
},
"tenderPeriod": {
"endDate": "2021-02-05T12:00:00Z"
},
"secondStage": {
"invitationDate": "2021-03-23T00:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 360
}
},
"hasRecurrence": false,
"reviewDetails": "Precise information on deadline(s) for review procedures: Any appeals should be promptly brought to the attention of the contact specified in Section I above, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescales specified by the applicable law, including without limitation, the Public Contracts Regulations 2015. In accordance with the Public Contracts Regulations 2015, the Contracting Authority will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers."
},
"parties": [
{
"id": "GB-FTS-438",
"name": "Sellafield Ltd",
"identifier": {
"legalName": "Sellafield Ltd",
"id": "01002607"
},
"address": {
"streetAddress": "Calder Bridge",
"locality": "Seascale",
"region": "UKD",
"postalCode": "CA20 1PG",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Louise Corkhill",
"telephone": "+44 1946781178",
"email": "louise.a.corkhill@sellafieldsites.com",
"url": "https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13242&B=SELLAFIELD"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/case-studies/shared-services-alliance-ssa-for-nuclear-decommissioning-estate",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"description": "Nuclear Decommissioning"
}
]
}
},
{
"id": "GB-FTS-439",
"name": "Royal Courts of Justice",
"identifier": {
"legalName": "Royal Courts of Justice"
},
"address": {
"streetAddress": "Strand",
"locality": "London",
"postalCode": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody",
"mediationBody"
],
"details": {
"url": "http://www.justice.gov.uk"
}
}
],
"buyer": {
"id": "GB-FTS-438",
"name": "Sellafield Ltd"
},
"language": "en"
}