Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Sellafield Limited
1002607
Calder Bridge
Seascale
CA201PG
UK
Contact person: Steven Macilwaine
Telephone: +44 1925832000
E-mail: steven.macilwaine@sellafieldsites.com
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/sellafield-ltd
Address of the buyer profile: https://www.gov.uk/government/organisations/sellafield-ltd
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://ndasupplierportal.secure.force.com/?searchtype=Projects
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://ndasupplierportal.secure.force.com/?searchtype=Projects
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: Nuclear Decommissioning
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Radiometrics and Associated Services
Reference number: C13461
II.1.2) Main CPV code
90721600
II.1.3) Type of contract
Services
II.1.4) Short description
There are ~14,000 diverse radiometric assets across the Sellafield site underpinning all activities from security to transport. Radiometric services encompass calibration, maintenance, repair, and results analysis for radiometric instruments at Sellafield Limited, as well as mobile characterisation services for rapid deployment and in-situ measurements. Many of these services are required in order to fulfil obligations under the Ionising Radiation Regulations (2017) and Site Licence Condition 18 - Radiological Protection. The key service requirements for Radiometrics and Associated Services are split into discrete specialist Lots as follows; Lot 1: Installed Radiation Protection Instrumentation (IRPI), Lot 2: Portable Radiation Protection Instrumentation (PRPI) and Lot 3: Radiometrics Characterisation Services (RCS).<br/>For further details, please refer to the contract and procurement documents which can be accessed via ATAMIS reference C13461.
II.1.5) Estimated total value
Value excluding VAT:
47 370 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Installed Radiation Protection Instrumentation (IRPI)
II.2.2) Additional CPV code(s)
90721600
38340000
38341000
38341200
38341500
38341600
38580000
50433000
II.2.3) Place of performance
NUTS code:
UKD11
Main site or place of performance:
Sellafield Site
II.2.4) Description of the procurement
The Service Provider will be required to supply suitably qualified and experienced personnel (SQEP) for Sellafield Ltd to allocate to maintenance and asset care activities on installed radiation protection instrumentation (IRPI) to match site priorities. The equipment being maintained is located in over 100 facilities that are spread across the entire Sellafield site and owned by multiple independent operating units. A limited on-call service (invoked by the site shift manager) must be in place for repair of essential IRPI outside of normal working hours.<br/><br/>The Service Provider will ensure that all the instruments continue to be fit for purpose, appropriately calibrated and operational on demand, and it is expected that the Service Provider will use external best practice to identify latest developments and innovation with regard to this technology for consideration by Sellafield.<br/><br/>Other services that underpin maintenance, that the contractor will be expected to provide, include technical support, asset care, management of spares, documentation and safe use of radioactive sources associated with this scope of supply.<br/><br/>The typical range of equipment that the procured resource will be deployed on is listed below: <br/>• Contamination Monitors;<br/>• Criticality & Evacuation (CID / CIDAS / BES);<br/>• Filter Canister Testers in Laundry;<br/>• Gamma Monitors (Area);<br/>• Gamma Monitors (Interlock);<br/>• Gamma Monitors (Process);<br/>• Hand & Foot Monitors;<br/>• Hand Monitors;<br/>• Installed Personnel Monitors;<br/>• iSolos;<br/>• Particulate in Air Monitors;<br/>• Pressure Systems; and<br/>• SEMPS system.<br/><br/>For further detail, please refer to the contract and procurement documents which can be accessed via ATAMIS reference C13461
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
30 790 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 2
II.2.1) Title
Portable Radiation Protection Instrumentation (PRPI)
II.2.2) Additional CPV code(s)
90721600
38340000
38341000
50433000
38341200
38341500
38580000
38341600
II.2.3) Place of performance
NUTS code:
UKD11
Main site or place of performance:
Sellafield Site
II.2.4) Description of the procurement
The Service Provider will be required to provide a routine maintenance, breakdown repair, calibration and support to approximately 12000 portable radiation protection instruments (PRPI). <br/><br/>These PRPI are employed in various plants (controlled and uncontrolled areas) and locations on the Sellafield site. The following services are typically required:<br/><br/>Calibration and repair of: <br/>• Portable radiation monitors (β, γ, x-ray, n);<br/>• Portable contamination monitors (α, β, photon);<br/>• α and β scaler and drawer systems;<br/>• Check sources for these instruments; and<br/>• Control dosemeters; <br/><br/>Calibration and adjustment of:<br/>• Criticality Circuit Boards; and<br/>• Installed Gamma Monitors;<br/><br/>Calibration \ exposure of: <br/>• Lithium Fluoride Chips; <br/>• Management of A PRPI collection and delivery service; and<br/>• A source receipt, onward delivery and re-calibration service<br/><br/>For further detail, please refer to the contract and procurement documents which can be accessed via ATAMIS reference C13461
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
6 340 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in working days: 24
This contract is subject to renewal: Yes
Description of renewals:
Optional one year extension at the end of year 2 and optional one year extension at the end of year 3 (each at Sellafield's discretion). <br/><br/>Maximum contract duration is 4 years (inclusive of optional extension years at the end of year 2 and year 3).
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 3
II.2.1) Title
Radiometrics Characterisation Services (RCS)
II.2.2) Additional CPV code(s)
90721600
38940000
73220000
38944000
38341000
38341600
II.2.3) Place of performance
NUTS code:
UKD11
Main site or place of performance:
Sellafield Site
II.2.4) Description of the procurement
The requirement is for Sellafield to engage with a lead supply chain organisation to take on the Radiometric Characteristic Services (RCS), for a four year period, with the supply chain provider delivering both standard and be-spoke services as per the requirements of Sellafield site, with the Sellafield RCS team acting role of intelligent client provision.<br/><br/>The supply chain partner will work closely with the Radiometric Systems Group Characterisation Team (RSGCT) to deliver fit for purpose, in-situ, radiometric characterisation solutions. The demand profile for RCS services is anticipated to accelerate as the site moves towards Post Operational Clean Out (POCO), decommissioning and high hazard reduction. Future site demand is currently unclear which necessitates the requirement for an increasingly flexible, integrated approach to radiometric characterisation delivery by RSGCT and a supply chain partner.<br/><br/>RCS will be used to resolve both current and emerging radiometric characterisation issues and will be critical for future remediation and high hazard reduction activities.<br/><br/>Examples of typical RCS delivery projects are:<br/><br/>• Radiation imaging surveys to provide hotspot maps of radionuclide distributions associated with areas of plant. These surveys may be extended to provide detailed activity or dose estimation at points with the survey area;<br/><br/>• Gamma spectrometry and neutron counting measurements to provide detailed assay of items such as waste packages, waste drums, crates, International Organisation for Standardisation (ISO) freight containers and gloveboxes; and<br/><br/>• Dose rate mapping and quantification.<br/><br/>For further detail, please refer to the contract and procurement documents which can be accessed via ATAMIS reference C13461
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
10 240 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
Justification for any framework agreement duration exceeding 4 years: Lot 3: Radiometrics Characterisation Services involves the establishment of a 4 year framework agreement.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
06/06/2023
Local time: 16:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
13/06/2023
Local time: 16:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Sellafield Ltd intends to award the Lot 2 contract (PRPI) and Lot 3 framework (RCS) prior to the award of Lot 1 contract (IRPI). Sellafield will publish two separate contract award notices for this procurement which will reference this contract notice:<br/><br/>Contract award notice 1: Lot 2 contract (PRPI) and Lot 3 framework (RCS)<br/>Contract award notice 2: Lot 1 contract (IRPI)
VI.4) Procedures for review
VI.4.1) Review body
Sellafield Ltd
Hinton House, Birchwood Park Avenue
Warrington
WA36GR
UK
Internet address(es)
URL: https://www.gov.uk/government/organisations/sellafield-ltd
VI.4.2) Body responsible for mediation procedures
High Court
Strand
London
WC2A 2LL
UK
Internet address(es)
URL: https://www.justice.gov.uk
VI.5) Date of dispatch of this notice
30/03/2023