Section one: Contracting authority
one.1) Name and addresses
Sellafield Ltd
Hinton House, Birchwood Park Avenue
Warrington
WA36GR
Contact
Richard Dawson
richard.j.dawson@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
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
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
Waste Packaging & Encapsulation Plant Distributed Control System
Reference number
C13138
two.1.2) Main CPV code
- 48151000 - Computer control system
two.1.3) Type of contract
Supplies
two.1.4) Short description
Design and build of a Distributed Control System for the Waste Packaging & Encapsulation Plant.
two.1.5) Estimated total value
Value excluding VAT: £7,600,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 35710000 - Command, control, communication and computer systems
- 42961000 - Command and control system
- 35711000 - Command, control, communication systems
- 32573000 - Communications control system
- 35712000 - Tactical command, control and communication systems
two.2.3) Place of performance
NUTS codes
- UKD11 - West Cumbria
Main site or place of performance
Sellafield site
two.2.4) Description of the procurement
The Waste Packaging and Encapsulation Plant (WPEP) is a two-line process plant designed for encapsulating Flocculant (FLOC) arisings from the Enhanced Actinide Removal Plant (EARP) process, waste from the Segregated Effluent Treatment Plant (SETP) and the Effluent Plant Maintenance Facility (EPMF). The waste is encapsulated in stainless steel drums within a cement mix. Filled drums are lidded, and then monitored before being stored, initially in the WPEP Store, before being exported for longer term storage in the Encapsulated Product Stores.
The aim of the project is to replace the existing WPEP Distributed Control System (DCS) with a replacement control system based on modern technologies, whilst applying relevant Sellafield standards, guides and procedures.
The project aims to:
• Replace the existing DCS hardware, system software and configuration with a modern control system ensuring that the plant continues to function in the same manner.
• Incorporate the currently independent Drum Decontamination and Powders PLC functionality to the replacement WPEP control system.
The operability of the replacement control system is to align, as closely as possible, to the existing control system to reduce the impact on operator training and the changeover between the two systems.
• The replacement control system will be installed such that the existing control system remains in situ, providing a fall-back in the event of delays or commissioning issues. However, given space constraints, it may not be possible to do this in all instances and some existing equipment may be removed prior to installing elements of the replacement control system.
The scope of activities are to include (but not be limited to):
a) Familiarisation with the existing control system to aid understanding.
b) The production of detailed hardware and software designs, consistent with the relevant clauses specified in the standards and capable of satisfying the requirements specified in the User Requirement Specification (URS).
c) Carrying out the manufacture and assembly of all items of hardware, consistent with the relevant clauses specified in the standards and capable of satisfying the requirements specified in the URS.
d) Implementing structured software, consistent with the functional requirements documentation.
e) Production and delivery of all supporting design documents, consistent with the relevant clauses specified in the standards and as listed in the URS.
f) Preparation and submission of Technical Queries (TQs).
g) Carrying out the detailed design and build of a simulation model, including the production of all supporting design documentation.
h) Carrying out testing in accordance with the relevant clauses specified in the standards and as described in the URS.
i) Carrying out training in accordance with the relevant clauses specified in the standards and as described in the URS.
j) Delivery of the system to the location specified in the contract documentation.
k) Provision of support during Setting to Work and Commissioning in accordance with the URS.
The procurement will be carried out under the Open procedure. The scope of the contract includes the design, build, test & delivery to the Sellafield site.
Please note the duration of the contract is an estimate which will be finalised upon Contract Award.
Parties who are interested in potentially submitting a tender for this opportunity are requested to register on 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 . Parties who register on this system should then register against Atamis Project C13138 in order to access the Waste Packaging & Encapsulation Plant Distributed Control System opportunity in order to:
- view the procurement and tender documents,
- ask questions or request further information using the inbuilt messaging facility; and
- submit your tender response
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: £7,600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
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
two.2.14) Additional information
The procurement has been designed as a single lot covering the design, build, test, and delivery. Due to the nature of the requirement, keeping the scope as one single lot will allow the successful organisation to efficiently manage the full end-to-end scope of the project.
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.2.2) Time limit for receipt of tenders or requests to participate
Date
25 April 2025
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
25 April 2025
Local time
4:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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