Notice Information
Notice Title
Independent Certification Assessment Services
Notice Description
This Prior Information Notice (PIN) is further Market Engagement following the initial PIN.<br/><br/>As a result of this PIN and as part of the Market Engagement activity, Sellafield Ltd is seeking to obtain feedback on the Proposed scope, Draft H&S questions and Proposed tender time, as set out in the supporting Independent Certification Assessment Services PIN shared via Atamis, as referred to in II.2.14.1 Additional Information. <br/><br/>Interested Parties can provide their feedback by completing the Request for Information (Rfi) PIN on Atamis (Record Ref: C19464).
Lot Information
Lot 1
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 verification 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. have sufficient resources qualified to provide assessment and certification against multiple ISO Standards for all entities specified within the scope of this contract. The details of the scope of existing accreditation/certifications which need to be provided can be found within Annexe 2 of this document. Services required include Quality Management Systems (QMS), Environmental Management Systems (EMS), Health and Safety Management Systems (HSMS), UK Emissions Trading Scheme (UK ETS), Energy Management Systems, Asset Management Systems, Information Security Management Systems, Collaborative Business Relationship Management Systems, and Business Continuity Management Systems (BCMS) assessments; and
d. have experience in quality, energy, environment, health & safety, information security, business continuity, and experience of the nuclear industry or equivalent similar industry
e. Must have the capability to conduct combined visits assessing against ISO standards 9001/14001/45001/55001.
f. Must be able to provide a combination of both remote services and site visits where required.
3. Where certification is required for three or more standards it is a requirement that the Service Provider's assessors are qualified to audit against a minimum of two of the standards ("Standards" shall include, but not be limited to ISO Standards 9001/14001/22304/27001/44001/45001/50001/55001, ISO 14064, 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 full proposed Scope can be found on Atamis Independent Certification Assessment Services PIN. (Record ref C19464) Additional information: As referenced in II.1.4) Short Description, the market engagement activity will be managed via the shared Service Nuclear Decommissioning Authority (NDA) OneNDA eCommercial Systems powered by Atamis, which can be accessed via the URL https//atamis-2464.my.site.com/s/Welcome
Once registered on Atamis you can access the request for Information PIN using the record reference C19464 . where you will be able to find the Proposed scope, draft H&S Questions, Supplier Journey pdf (paying particular attention to pages 15 & 23) and a 'Request for Information' (Rfi) template. Please return your completed Rfi template by attaching to a message using the 'New Messages' functionality. Completed Rfi's should be returned at the earliest opportunity and preferably by 12.00 on Tuesday 30th April 2024.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0450fb
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/011594-2024
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- 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
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
- 10 Apr 20241 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 27 May 2024Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Planned
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SELLAFIELD LTD
- Contact Name
- Not specified
- Contact Email
- rachael.a.ellis@sellafieldsites.com
- Contact Phone
- Not specified
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
- Not specified
-
- Local Authority
- Warrington
- Electoral Ward
- Birchwood
- Westminster Constituency
- Warrington North
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-0450fb-2024-04-10T11:35:12+01:00",
"date": "2024-04-10T11:35:12+01:00",
"ocid": "ocds-h6vhtk-0450fb",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-0450fb",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Independent Certification Assessment Services",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "79132000",
"description": "Certification services"
},
"mainProcurementCategory": "services",
"description": "This Prior Information Notice (PIN) is further Market Engagement following the initial PIN.<br/><br/>As a result of this PIN and as part of the Market Engagement activity, Sellafield Ltd is seeking to obtain feedback on the Proposed scope, Draft H&S questions and Proposed tender time, as set out in the supporting Independent Certification Assessment Services PIN shared via Atamis, as referred to in II.2.14.1 Additional Information. <br/><br/>Interested Parties can provide their feedback by completing the Request for Information (Rfi) PIN on Atamis (Record Ref: C19464).",
"value": {
"amount": 2000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "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 verification 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. <br/>2. The Service Provider's assessors must be:<br/>a. International Register of Certificated Auditors (IRCA) registered;<br/>b. lead or principal auditors;<br/>c. have sufficient resources qualified to provide assessment and certification against multiple ISO Standards for all entities specified within the scope of this contract. The details of the scope of existing accreditation/certifications which need to be provided can be found within Annexe 2 of this document. Services required include Quality Management Systems (QMS), Environmental Management Systems (EMS), Health and Safety Management Systems (HSMS), UK Emissions Trading Scheme (UK ETS), Energy Management Systems, Asset Management Systems, Information Security Management Systems, Collaborative Business Relationship Management Systems, and Business Continuity Management Systems (BCMS) assessments; and<br/>d. have experience in quality, energy, environment, health & safety, information security, business continuity, and experience of the nuclear industry or equivalent similar industry<br/>e. Must have the capability to conduct combined visits assessing against ISO standards 9001/14001/45001/55001. <br/>f. Must be able to provide a combination of both remote services and site visits where required. <br/>3. Where certification is required for three or more standards it is a requirement that the Service Provider's assessors are qualified to audit against a minimum of two of the standards (\"Standards\" shall include, but not be limited to ISO Standards 9001/14001/22304/27001/44001/45001/50001/55001, ISO 14064, 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. <br/>The full proposed Scope can be found on Atamis Independent Certification Assessment Services PIN. (Record ref C19464) Additional information: As referenced in II.1.4) Short Description, the market engagement activity will be managed via the shared Service Nuclear Decommissioning Authority (NDA) OneNDA eCommercial Systems powered by Atamis, which can be accessed via the URL https//atamis-2464.my.site.com/s/Welcome <br/><br/>Once registered on Atamis you can access the request for Information PIN using the record reference C19464 . where you will be able to find the Proposed scope, draft H&S Questions, Supplier Journey pdf (paying particular attention to pages 15 & 23) and a 'Request for Information' (Rfi) template. Please return your completed Rfi template by attaching to a message using the 'New Messages' functionality. Completed Rfi's should be returned at the earliest opportunity and preferably by 12.00 on Tuesday 30th April 2024.",
"status": "planned"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72224200",
"description": "System quality assurance planning services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2024-05-28T00:00:00+01:00"
},
"coveredBy": [
"GPA"
]
},
"parties": [
{
"id": "GB-FTS-69074",
"name": "Sellafield Ltd",
"identifier": {
"legalName": "Sellafield Ltd"
},
"address": {
"streetAddress": "Hinton House, Birchwood Park Avenue",
"locality": "Warrington",
"region": "UKD1",
"postalCode": "WA36GR",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "rachael.a.ellis@sellafieldsites.com"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/sellafield-ltd",
"buyerProfile": "https://www.gov.uk/government/organisations/sellafield-ltd",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"description": "Nuclear Decommissioning"
}
]
}
}
],
"buyer": {
"id": "GB-FTS-69074",
"name": "Sellafield Ltd"
},
"language": "en"
}