Planning

Environmental and Conventional Health and Safety Services PIN

SELLAFIELD LTD

This public procurement record has 1 release in its history.

Planning

10 Sep 2024 at 15:18

Summary of the contracting process

Sellafield Ltd is planning a procurement process for "Environmental and Conventional Health and Safety Services" through a Prior Information Notice (PIN). This tender falls under the industry category of Environmental safety services and focuses on a variety of health and safety aspects. The procurement stage is currently in the planning phase, and the prospective contract is anticipated to be published on 21st October 2024. The contract, valued at approximately £10.3 million, includes seven distinct lots, covering areas from environmental assessments to chemical identifications, and will span a duration of 5+2+2 years (9 years total). This procurement is specifically aimed at the Cumbria region, UKD1.

This tender offers significant opportunities for businesses that specialise in environmental safety, health and safety services, regulatory compliance, sustainability, and risk assessments. With a comprehensive framework that includes a range of services, from GIS and model development to chemical testing and carbon management, there is an opportunity for niche as well as broad-sector service providers to contribute. Companies focusing on environmental monitoring, technical assessments, and carbon management will find ample opportunities to expand their business portfolio. Additionally, the long duration of the agreement allows for stable and sustained business growth for successful bidders.

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

Environmental and Conventional Health and Safety Services PIN

Notice Description

This Prior Information Notice (PIN), without call for competition, is to alert the market and interested Suppliers to a Contract Opportunity and to seek engagement in relation to the Environmental & Conventional Health & Safety Services Contract Opportunity which will consist of 7 Lots stated below.<br/><br/>Lot 1: Environmental Assessment, Development and application of modelling codes and numerical analysis<br/><br/>Lot 2: Monitoring and Characterisation<br/><br/>Lot 3: Regulatory compliance and improvement<br/><br/>Lot 4: Sustainability & Carbon Management<br/><br/>Lot 5: Chemical Identification, DSEAR Assessments and provision of asbestos co-ordinates scope <br/><br/><br/>It is envisaged that the Framework Agreement will be for a duration of 5+2+2 (9 years)<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 lotting structure which has been shared via the Atamis e-procurement portal, as referred to in II.2.14.1 Additional Information. <br/> <br/>Please note that the proposed date of publication of the Contract Notice is 21st October 2024 which is an indicative date and may be subject to change.

Lot Information

Lot 1

Lot 1: Environmental Assessment, Development and application of modelling codes and numerical analysis- PS2.3- PS2.6 million
Examples include, GIS, Model and Software Development, Technical Assessments (Emergency), Technical Assessment (construction soil and spoil management), Technical Assessment (CSM), Technical Assessment (Modelling and analysis), Technical Assessment (Waste disposal).

Lot 2: Monitoring and Characterisation PS1.8- PS2 million
Examples include BAT Case (env monitoring, inc LQ), BAT Case (Waste), Dosimetry, Environmental Monitoring, Technical Assessment (Analytical Radiochemistry), Technical Assessment (data and/or model review), Technical Assessment (Land Quality), Technical Assessment (research or technology review).

Lot 3: Regulatory compliance and improvement PS1.8- PS2 million
Examples include, Ecology Support and Surveys, Facility Environmental Case (plant operations BAT assessment), Planning and EIA, Project Env Support.

Lot 4: Sustainability & Carbon Management PS700k-PS1 million
Examples include, calculation of the Sellafield Ltd carbon footprint and support to external carbon emissions reporting, development of carbon footprint in line with changing requirements including improvement to Scope 3 emissions data, support to UKETS submissions and future requirements, creation and maintenance of carbon management tools such as those associated with Whole Life Carbon Assessment or Scope 3 emissions, delivery of relevant assessments in line with Sellafield requirements (for example, delivery of a whole life carbon assessment where assessor support to a project is unavailable), relevant expert input on new or emergent requirements to support the Carbon Management Centre of Expertise, relevant expert input to support energy and water improvement activities

Lot 5: Chemical Identification, DSEAR Assessments and provision of asbestos co-ordinates scope PS2.5- PS2.7 million examples include Assessment/Testing of Chemicals in support of the Waste operating unit to establish sufficient information so that they can be individually classified as to hazard class or subclass, composition, and condition such that they can be safely stored and subsequently removed from the site for disposal, which includes undertaking a series of chemical tests.

* Value range is estimated on 9 year Framework Agreement. Additional information: As detailed in section II.1.4.1 Sellafield Ltd is conducting Market Engagement activity through a Request for Information (RFI) form to obtain feedback from interested Suppliers in relation to the technical and commercial elements associated with this procurement

As referred to in I.3) Communication, the market engagement activity will be managed via the Atamis e-procurement portal, which can be accessed via the URL (https://one-nda.force.com/s/Welcome).

Once you have registered and accessed the portal, if you are interested in participating and providing feedback through the RFI details can be located via Atamis reference C21719.

Sellafield Ltd requests that all completed RFI forms are returned via the Atamis messaging functionality under Atamis reference C21719.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0499b6
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/028994-2024
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Framework
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

71 - Architectural, construction, engineering and inspection services

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

71317200 - Health and safety services

90721000 - Environmental safety services

Notice Value(s)

Tender Value
£10,300,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
10 Sep 20241 years ago
Submission Deadline
Not specified
Future Notice Date
20 Oct 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
Fraiser Brough
Contact Email
fraiser.brough@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
TLD1 Cumbria

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-0499b6-2024-09-10T16:18:09+01:00",
    "date": "2024-09-10T16:18:09+01:00",
    "ocid": "ocds-h6vhtk-0499b6",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-0499b6",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Environmental and Conventional Health and Safety Services PIN",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "90721000",
            "description": "Environmental safety services"
        },
        "mainProcurementCategory": "services",
        "description": "This Prior Information Notice (PIN), without call for competition, is to alert the market and interested Suppliers to a Contract Opportunity and to seek engagement in relation to the Environmental & Conventional Health & Safety Services Contract Opportunity which will consist of 7 Lots stated below.<br/><br/>Lot 1: Environmental Assessment, Development and application of modelling codes and numerical analysis<br/><br/>Lot 2: Monitoring and Characterisation<br/><br/>Lot 3: Regulatory compliance and improvement<br/><br/>Lot 4: Sustainability & Carbon Management<br/><br/>Lot 5: Chemical Identification, DSEAR Assessments and provision of asbestos co-ordinates scope <br/><br/><br/>It is envisaged that the Framework Agreement will be for a duration of 5+2+2 (9 years)<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 lotting structure which has been shared via the Atamis e-procurement portal, as referred to in II.2.14.1 Additional Information. <br/> <br/>Please note that the proposed date of publication of the Contract Notice is 21st October 2024 which is an indicative date and may be subject to change.",
        "value": {
            "amount": 10300000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Lot 1: Environmental Assessment, Development and application of modelling codes and numerical analysis- PS2.3- PS2.6 million<br/>Examples include, GIS, Model and Software Development, Technical Assessments (Emergency), Technical Assessment (construction soil and spoil management), Technical Assessment (CSM), Technical Assessment (Modelling and analysis), Technical Assessment (Waste disposal).<br/><br/>Lot 2: Monitoring and Characterisation PS1.8- PS2 million<br/>Examples include BAT Case (env monitoring, inc LQ), BAT Case (Waste), Dosimetry, Environmental Monitoring, Technical Assessment (Analytical Radiochemistry), Technical Assessment (data and/or model review), Technical Assessment (Land Quality), Technical Assessment (research or technology review).<br/><br/>Lot 3: Regulatory compliance and improvement PS1.8- PS2 million<br/>Examples include, Ecology Support and Surveys, Facility Environmental Case (plant operations BAT assessment), Planning and EIA, Project Env Support.<br/><br/>Lot 4: Sustainability & Carbon Management PS700k-PS1 million<br/>Examples include, calculation of the Sellafield Ltd carbon footprint and support to external carbon emissions reporting, development of carbon footprint in line with changing requirements including improvement to Scope 3 emissions data, support to UKETS submissions and future requirements, creation and maintenance of carbon management tools such as those associated with Whole Life Carbon Assessment or Scope 3 emissions, delivery of relevant assessments in line with Sellafield requirements (for example, delivery of a whole life carbon assessment where assessor support to a project is unavailable), relevant expert input on new or emergent requirements to support the Carbon Management Centre of Expertise, relevant expert input to support energy and water improvement activities <br/><br/>Lot 5: Chemical Identification, DSEAR Assessments and provision of asbestos co-ordinates scope PS2.5- PS2.7 million examples include Assessment/Testing of Chemicals in support of the Waste operating unit to establish sufficient information so that they can be individually classified as to hazard class or subclass, composition, and condition such that they can be safely stored and subsequently removed from the site for disposal, which includes undertaking a series of chemical tests.<br/><br/>* Value range is estimated on 9 year Framework Agreement. Additional information: As detailed in section II.1.4.1 Sellafield Ltd is conducting Market Engagement activity through a Request for Information (RFI) form to obtain feedback from interested Suppliers in relation to the technical and commercial elements associated with this procurement<br/><br/>As referred to in I.3) Communication, the market engagement activity will be managed via the Atamis e-procurement portal, which can be accessed via the URL (https://one-nda.force.com/s/Welcome).<br/><br/>Once you have registered and accessed the portal, if you are interested in participating and providing feedback through the RFI details can be located via Atamis reference C21719.<br/><br/>Sellafield Ltd requests that all completed RFI forms are returned via the Atamis messaging functionality under Atamis reference C21719.",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71317200",
                        "description": "Health and safety services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD1"
                    }
                ],
                "deliveryLocation": {
                    "description": "Cumbria"
                },
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2024-10-21T00:00:00+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": {
                "name": "Fraiser Brough",
                "email": "fraiser.brough@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"
}