Planning

Independent Certification Assessment Services

SELLAFIELD LTD

This public procurement record has 1 release in its history.

Planning

10 Apr 2024 at 10:35

Summary of the contracting process

Sellafield Ltd, a body governed by public law, is seeking Independent Certification Assessment Services through a planned tender process. The services required include certification assessments for various management systems, with a total contract value of £2,000,000 GBP. Interested parties can provide feedback via Atamis by April 30th, 2024. The opportunity is focused on UK-based service providers with specific accreditations and expertise in quality, energy, environment, health & safety, information security, and business continuity, including experience in industries such as nuclear.

This tender by Sellafield Ltd presents a growth opportunity for UK-based service providers looking to expand their business in the certification assessment sector. Eligible businesses must hold specific accreditations and experience in auditing against multiple ISO standards. The procurement process is currently in the planning stage, with the opportunity to engage and provide feedback until the end of April 2024. This contract aims to establish a long-term partnership with a qualified service provider for conducting various certification assessments in line with international standards.

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 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.

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

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

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-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"
}