II.1)
        
          
Scope of the procurement
        
       
      
      
        Provision of Environmental and Conventional Health & Safety Services
        Reference number:
						 05012021LAC
       
      
      
        90721000
			 - 
			Environmental safety services
       
      
      Services
      
        II.1.4)
        
          
Short description
        
       
      
        Lot 1:  Environmental Services Lot 2:  Conventional Health & Safety Services
       
      
        II.1.5)
        
          
Estimated total value
        
       
      Value excluding VAT: 5000000.00 
		GBP
      
        II.1.6)
        
          
Information about lots
        
       
      This contract is divided into lots:
			yes
Tenders may be submitted for 
							all lots
        Maximum number of lots that may be awarded to one tenderer:
						 2
       
     
    
      
      
      
        Environmental Services
        Lot No:
						 1
       
      
        II.2.2)
        
          
Additional CPV code(s)
        
       
      
        80540000
			 - 
			Environmental training services
        90700000
			 - 
			Environmental services
        90711000
			 - 
			Environmental impact assessment other than for construction
        90711200
			 - 
			Environmental standards other than for construction
        90711300
			 - 
			Environmental indicators analysis other than for construction
        90711400
			 - 
			Environmental Impact Assessment (EIA) services other than for construction
        90711500
			 - 
			Environmental monitoring other than for construction
        90713000
			 - 
			Environmental issues consultancy services
        90714100
			 - 
			Environmental information systems
       
      
        II.2.3)
        
          
Place of performance
        
       
      
        Main site or place of performance:
						 
Cumbria
         
       
      
        II.2.4)
        
          
Description of the procurement
        
       
      
        Lot 1:  Environmental Services
Lot 1: Environmental Services
Support may be required at Sellafield for the delivery of Environmental services.
The provision of technical support services to augment Sellafield Ltd.’s own
technical support teams, to deliver advice and guidance in accordance with
relevant legal and regulatory requirements, Sellafield Ltd.’s Site Licence
Conditions, policies, procedures and working practices.
The tenderer may choose to sub-contract any part or parts of the work to any
II.2)
II.2.1)
II.2.2)
II.2.3)
II.2.4)
other party (including associate, subsidiary or parent organisations) this should
be declared, and the relevant details provided as and when requested.
Sellafield Ltd require a minimum of three years proven experience conducting
the type or worked detailed in the Work Package. This work must be on
industrial premises of a similar size to that detailed in the. Work Package.
For each work package there may be a range of tasks associated with the
production of one or a suite of defined deliverables. These could include, but not
be limited to, any of the following:
Group A: Development and application of modelling codes and numerical
analysis
Group B: Environmental monitoring
Group C: Regulatory compliance and improvement
Group D: Legislation review, training and technical support
Group E: Site characterisation
       
      
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      
      Value excluding VAT: 3000000.00 
		GBP
      
        II.2.7)
        
          
Duration of the contract, framework agreement or dynamic purchasing system
        
       
      Start:
						27/07/2021
						 / 
						End:
						26/07/2025
This contract is subject to renewal:
								no
       
      
        II.2.9)
        
          
Information about the limits on the number of candidates to be invited
        
       
      Envisaged number of candidates:
						6
Objective criteria for choosing the limited number of candidates:
						
Top 6 scoring candidates at SQ Stage as advised in the procurement documentation.
         
       
      
        II.2.10)
        
          
Information about variants
        
       
      Variants will be accepted:
				no
      
        II.2.11)
        
          
Information about options
        
       
      Options:
				no
      
        II.2.13)
        
          
Information about European Union funds
        
       
      The procurement is related to a project and/or programme financed by European Union funds:
			
			no
      
      
      
        Conventional Health & Safety Services
        Lot No:
						 2
       
      
        II.2.2)
        
          
Additional CPV code(s)
        
       
      
        71317200
			 - 
			Health and safety services
        71317210
			 - 
			Health and safety consultancy services
        79417000
			 - 
			Safety consultancy services
        80550000
			 - 
			Safety training services
        90721000
			 - 
			Environmental safety services
       
      
        II.2.3)
        
          
Place of performance
        
       
      
        Main site or place of performance:
						 
Cumbria
         
       
      
        II.2.4)
        
          
Description of the procurement
        
       
      
        Scope Lot 2: Safety Services
Lot 2 relates to the provision of technical support services in the area of Safety
Services for Sellafield Ltd. This service augments Sellafield Ltd.’s own technical
support teams, to deliver advice and guidance in accordance with relevant legal
and regulatory requirements for each specific subject matter, for example for
Legionella in compliance with the Control of Substances Hazardous to Health
Regulations 2002 and Approved Code of Practice L8.
For each Work Package there may be a range of tasks associated with the
production of one or a suite of defined deliverables. This may result in a
Sellafield Task Request being issued as part of the Work Package for all/some
of the required work. The Task Request will be specified by Sellafield Ltd
personnel and include a detailed scope of work, this will be agreed before any
work is started. All constraints, and Exclusions will be agreed during the scoping
of the task.
These could include, but not be limited to, any of the following:
II.3)
IV.1)
IV.1.8)
IV.2)
VI.3)
Group A: Occupational Hygiene
Group B: Chemical Safety
Group C: Conventional Safety
       
      
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      
      Value excluding VAT: 2000000.00 
		GBP
      
        II.2.7)
        
          
Duration of the contract, framework agreement or dynamic purchasing system
        
       
      Start:
						27/07/2021
						 / 
						End:
						26/07/2025
This contract is subject to renewal:
								no
       
      
        II.2.9)
        
          
Information about the limits on the number of candidates to be invited
        
       
      Envisaged number of candidates:
						6
Objective criteria for choosing the limited number of candidates:
						
Top 6 scoring candidates at SQ Stage as advised in the procurement documentation
         
       
      
        II.2.10)
        
          
Information about variants
        
       
      Variants will be accepted:
				no
      
        II.2.11)
        
          
Information about options
        
       
      Options:
				no
      
        II.2.13)
        
          
Information about European Union funds
        
       
      The procurement is related to a project and/or programme financed by European Union funds:
			
			no