Section one: Contracting authority
one.1) Name and addresses
Sellafield Ltd
Hinton House, Birchwood Park Avenue
Warrington
WA36GR
Contact
Rachael Ellis
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
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
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
Country
United Kingdom
Internet address
https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice