Tender

Independent Certification Assessment Services

  • Sellafield Ltd

F02: Contract notice

Notice identifier: 2024/S 000-020748

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

Published 8 July 2024, 11:54am



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

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://atamis-2464.my.site.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://atamis-2464.my.site.com/s/Welcome

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

Reference number

C8495

two.1.2) Main CPV code

  • 72224200 - System quality assurance planning services

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of Independent Certification Services by 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).

All documents can be viewed looking at reference C8495 via the address below: https://atamis-2464.my.site.com/s/Welcome

two.1.5) Estimated total value

Value excluding VAT: £2,190,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79132000 - Certification services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UK

two.2.4) Description of the procurement

Provision of Independent Certification Services by 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).

This is a collaborative procurement including the following Participating Entities (PE’s):
1. Sellafield Ltd
2. Nuclear Restoration Services Limited (“NRS”)
3. Nuclear Waste Services Limited (“NWS”)
4. International Nuclear Services (“INS”); and its subsidiary Pacific Nuclear Transport Limited (“PNTL”) –
5. Nuclear Decommissioning Authority (“NDA”); and its special subsidiary NDA Archives Limited; and
6. National Nuclear Laboratory (“NNL”)

Maximum contract term of 48 months, which consists of an initial contract term of 36 months with an option for a 12 month extension.

The start date stated at II.2.7.3 is the contract start date for the provision of the service under the new contract.
As set out in the procurement documents the indicative date for contract award is November/December 2024, allowing for a period of mobilisation of approximately 3 months to transition to the new contractual arrangement’

All documents can be viewed looking at reference C8495 via the address below: https://atamis-2464.my.site.com/s/Welcome

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,190,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2025

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

The contract provides for one optional extension period of 12 months, giving a maximum contract term of 48 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

Selection criteria as included in the procurement documents.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Selection criteria as included in the procurement documents.

Minimum level(s) of standards possibly required

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. As the nature of the participating entities is Nuclear, the Service provider must be fully accredited to cover the scope ‘IAF 11 Nuclear Fuel’.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-005032

four.2.2) Time limit for receipt of tenders or requests to participate

Date

19 August 2024

Local time

1:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

8 July 2024

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 36 months

six.4) Procedures for review

six.4.1) Review body

Royal Courts Of Justice

Strand

London

WC2A 2LL

Email

RCJ.DCO@justice.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice

six.4.2) Body responsible for mediation procedures

Royal Courts Of Justice

Strand

London

WC2A 2LL

Email

RCJ.DCO@justice.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice

six.4.4) Service from which information about the review procedure may be obtained

Royal Courts Of Justice

Strand

London

WC2A 2LL

Email

RCJ.DCO@justice.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice