Section one: Contracting authority
one.1) Name and addresses
Sellafield Ltd
Hinton House, Birchwood Park Avenue
Warrington
WA36GR
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 Assessment Services
two.1.2) Main CPV code
- 79132000 - Certification services
two.1.3) Type of contract
Services
two.1.4) Short description
This Prior Information Notice (PIN) is further Market Engagement following the initial PIN.
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.
Interested Parties can provide their feedback by completing the Request for Information (Rfi) PIN on Atamis (Record Ref: C19464).
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 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)
two.2.14) 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.
two.3) Estimated date of publication of contract notice
28 May 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