Tender

Provision of Environmental and Conventional Health & Safety Services

SELLAFIELD LTD

This public procurement record has 1 release in its history.

Tender

05 Jan 2021 at 19:10

Summary of the contracting process

The procurement process, initiated by Sellafield Ltd, focuses on the provision of Environmental and Conventional Health & Safety Services, with a total estimated value of £5 million. The tender comprises two lots: Lot 1 for Environmental Services and Lot 2 for Conventional Health & Safety Services, both of which are set in Cumbria, with the contract period spanning from 27 July 2021 to 26 July 2025. As part of the selective procurement method, the tender is currently at the tender stage, with the submission deadline set for 5 February 2021, and an invitation for the second stage issued on 23 March 2021.

This tender presents significant opportunities for businesses in the environmental and health and safety sectors. Companies with a minimum of three years' experience in delivering similar services, particularly those involved in environmental monitoring, regulatory compliance, and safety consultancy, would be well-positioned to compete. The potential for subcontracting may also open avenues for smaller firms to participate within the framework of established contractors, further enhancing opportunities for growth in this competitive field.

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

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 Services

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

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

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

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-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"
}