Planning

Independent Certification

  • Sellafield Ltd

F01: Prior information notice (prior information only)

Notice identifier: 2024/S 000-005032

Procurement identifier (OCID): ocds-h6vhtk-043a4d

Published 15 February 2024, 10:00am



Section one: Contracting authority

one.1) Name and addresses

Sellafield Ltd

Hinton House, Birchwood Park Avenue

Warrington

WA36GR

Contact

Rachael Ellis

Email

Rachael.a.ellis@sellafieldsites.com

Country

United Kingdom

Region code

UKD1 - Cumbria

Internet address(es)

Main address

https://www.gov.uk/government/organisations/sellafield-ltd

Buyer's address

https://www.gov.uk/government/organisations/sellafield-ltd

one.3) Communication

Additional information can be obtained from the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Nuclear Decommissioning


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Independent Certification

two.1.2) Main CPV code

  • 79132000 - Certification services

two.1.3) Type of contract

Services

two.1.4) Short description

This tender is for the provision of Independent Certification Services by a UKAS
(United Kingdom Accreditation Service) accredited certification body for a period of 4 Years (3+1).
It is a collaborative procurement led by Sellafield Ltd for services to be provided
to the following contracting authorities:
• International Nuclear Services (INS) and its subsidiary Pacific Nuclear Transport
Limited (PNTL);
• Nuclear Decommissioning Authority (NDA);
• Nuclear Waste Services (NWS)
• National Nuclear Laboratory (NNL);
• Sellafield Ltd;
• Nuclear Restoration Services (NRS)

two.1.5) Estimated total value

Value excluding VAT: £2,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72224200 - System quality assurance planning services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

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 vitrification 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. qualified to conduct combined Quality Management System (QMS), Environment Management System (EMS) and, if applicable, Health and Safety Management Systems (HSMS), UK Emissions Trading Scheme (UK ETS) and Business Continuity Management Systems (BCMS) assessments; and
d. have experience in quality, environment, safety, information security, business continuity, and preferably experience of the nuclear industry.
3. The Service Provider’s assessors must be qualified to audit ISO 9001, ISO 45001 and ISO 14001. Where certification is required for three or more standards it is a requirement that the Service Provider’s assessors are qualified to audit at least two of the standards (“Standards” shall include, but not be limited to ISO Standards 9001/14001/22304/44001/50001/55001, ISO45001, ISO 27001, ISO 14064 and 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.

two.2.14) Additional information

The intent of this notice is to understand if the supply chain would be interested in the Provision of Independent Assessment Services. If you interested in this opportunity please could you provide a response to Rachael.a.ellis@sellafieldsites.com on the questions below, by close of play Thursday 22nd February 2024.

1. Would your company be interested in bidding against the opportunity?
2. What are the key aspects/constraints that would influence your bid decision?
3. What do you consider to be a sufficient mobilisation period?

two.3) Estimated date of publication of contract notice

30 April 2024


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes