Notice Information
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.
Notice Details
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
Buyer & Supplier
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
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-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"
}