Tender

Radiometrics and Associated Services

  • Sellafield Limited

F02: Contract notice

Notice identifier: 2023/S 000-009372

Procurement identifier (OCID): ocds-h6vhtk-03b783

Published 30 March 2023, 6:22pm



The closing date and time has been changed to:

20 July 2023, 4:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Sellafield Limited

Calder Bridge

Seascale

CA201PG

Contact

Steven Macilwaine

Email

steven.macilwaine@sellafieldsites.com

Telephone

+44 1925832000

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

1002607

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://ndasupplierportal.secure.force.com/?searchtype=Projects

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://ndasupplierportal.secure.force.com/?searchtype=Projects

Tenders or requests to participate must be submitted to the above-mentioned address

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

Radiometrics and Associated Services

Reference number

C13461

two.1.2) Main CPV code

  • 90721600 - Radiation protection services

two.1.3) Type of contract

Services

two.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).
For further details, please refer to the contract and procurement documents which can be accessed via ATAMIS reference C13461.

two.1.5) Estimated total value

Value excluding VAT: £47,370,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Portable Radiation Protection Instrumentation (PRPI)

Lot No

2

two.2.2) Additional CPV code(s)

  • 90721600 - Radiation protection services
  • 38340000 - Instruments for measuring quantities
  • 38341000 - Apparatus for measuring radiation
  • 50433000 - Calibration services
  • 38341200 - Radiation dosimeters
  • 38341500 - Contamination-monitoring devices
  • 38580000 - Non-medical equipment based on the use of radiations
  • 38341600 - Radiation monitors

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 Service Provider will be required to provide a routine maintenance, breakdown repair, calibration and support to approximately 12000 portable radiation protection instruments (PRPI).

These PRPI are employed in various plants (controlled and uncontrolled areas) and locations on the Sellafield site. The following services are typically required:

Calibration and repair of:
• Portable radiation monitors (β, γ, x-ray, n);
• Portable contamination monitors (α, β, photon);
• α and β scaler and drawer systems;
• Check sources for these instruments; and
• Control dosemeters;

Calibration and adjustment of:
• Criticality Circuit Boards; and
• Installed Gamma Monitors;

Calibration \ exposure of:
• Lithium Fluoride Chips;
• Management of A PRPI collection and delivery service; and
• A source receipt, onward delivery and re-calibration service

For further detail, please refer to the contract and procurement documents which can be accessed via ATAMIS reference C13461

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: £6,340,000

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

Duration in 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).

Maximum contract duration is 4 years (inclusive of optional extension years at the end of year 2 and year 3).

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) Description

two.2.1) Title

Installed Radiation Protection Instrumentation (IRPI)

Lot No

1

two.2.2) Additional CPV code(s)

  • 90721600 - Radiation protection services
  • 38340000 - Instruments for measuring quantities
  • 38341000 - Apparatus for measuring radiation
  • 38341200 - Radiation dosimeters
  • 38341500 - Contamination-monitoring devices
  • 38341600 - Radiation monitors
  • 38580000 - Non-medical equipment based on the use of radiations
  • 50433000 - Calibration services

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 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.

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.

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.

The typical range of equipment that the procured resource will be deployed on is listed below:
• Contamination Monitors;
• Criticality & Evacuation (CID / CIDAS / BES);
• Filter Canister Testers in Laundry;
• Gamma Monitors (Area);
• Gamma Monitors (Interlock);
• Gamma Monitors (Process);
• Hand & Foot Monitors;
• Hand Monitors;
• Installed Personnel Monitors;
• iSolos;
• Particulate in Air Monitors;
• Pressure Systems; and
• SEMPS system.

For further detail, please refer to the contract and procurement documents which can be accessed via ATAMIS reference C13461

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: £30,790,000

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

Duration in months

60

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) Description

two.2.1) Title

Radiometrics Characterisation Services (RCS)

Lot No

3

two.2.2) Additional CPV code(s)

  • 90721600 - Radiation protection services
  • 38940000 - Nuclear evaluation instruments
  • 73220000 - Development consultancy services
  • 38944000 - Beta gamma counters
  • 38341000 - Apparatus for measuring radiation
  • 38341600 - Radiation monitors

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 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.

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.

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.

Examples of typical RCS delivery projects are:

• 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;

• 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

• Dose rate mapping and quantification.

For further detail, please refer to the contract and procurement documents which can be accessed via ATAMIS reference C13461

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: £10,240,000

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

Duration in months

48

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Lot 3: Radiometrics Characterisation Services involves the establishment of a 4 year framework agreement.

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

Originally published as:

Date

6 June 2023

Local time

4:00pm

Changed to:

Date

20 July 2023

Local time

4:00pm

See the change notice.

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

13 June 2023

Local time

4:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.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:

Contract award notice 1: Lot 2 contract (PRPI) and Lot 3 framework (RCS)
Contract award notice 2: Lot 1 contract (IRPI)

six.4) Procedures for review

six.4.1) Review body

Sellafield Ltd

Hinton House, Birchwood Park Avenue

Warrington

WA36GR

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/sellafield-ltd

six.4.2) Body responsible for mediation procedures

High Court

Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.justice.gov.uk