Section one: Contracting authority
one.1) Name and addresses
Sellafield Limited
Hinton House, Birchwood Park Avenue
Warrington
WA3 6GR
Contact
Helen Cheetham
helen.l.cheetham@sellafieldsites.com
Country
United Kingdom
Region code
UKD1 - Cumbria
National registration number
01002607
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
Additional information can be obtained from 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
Condition Monitoring
two.1.2) Main CPV code
- 71600000 - Technical testing, analysis and consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
This Prior Information Notice (PIN), without call for competition, is to alert the market and all interested Suppliers to a Contract Opportunity which will be conducted through the Sellafield Ltd Dynamic Purchasing System (DPS).
Sellafield Ltd is intending to procure the Service of Condition Monitoring through the Engineering and Technology Solutions Marketplace Dynamic Purchasing System (DPS) (C12362) (Engineering Services Category, Testing and Substantiation Sub Category). One successful Tenderer will be required to provide the service (subject to £4,999,999.00 maximum value threshold). Further details in relation to DPS and how to register have been provided in section 11.2.4.1 Description of the Procurement.
two.1.5) Estimated total value
Value excluding VAT: £4,999,999
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 38434000 - Analysers
- 80531000 - Industrial and technical training services
- 71700000 - Monitoring and control services
- 38431000 - Detection apparatus
- 32510000 - Wireless telecommunications system
- 32531000 - Satellite communications equipment
- 38432000 - Analysis apparatus
- 51610000 - Installation services of computers and information-processing equipment
- 71300000 - Engineering services
- 71620000 - Analysis services
- 72100000 - Hardware consultancy services
- 72200000 - Software programming and consultancy services
- 80511000 - Staff training services
two.2.3) Place of performance
NUTS codes
- UKD11 - West Cumbria
Main site or place of performance
Leconfield
two.2.4) Description of the procurement
Condition Monitoring (CM) is carried out to prevent unexpected equipment failures, avoid costly downtime, and extend asset life by using sensors and other monitoring hardware to detect early signs of problems (for example vibration or temperature changes) in machinery. Enabling proactive & planned maintenance instead of reactive repairs, CM improves safety, optimises spare parts, increases uptime, and makes maintenance more efficient and cost-effective. As the CM equipment continues to collate data, the engineering and maintenance department can make key Condition Based Maintenance (CBM) decisions on maintenance schedule periodicities and plan and procure spares ‘Just In Time’ (JIT) in lieu of having multi-million pounds worth of assets / spares being sat in the stores in case of failure.
Digital Transformation is now aligned to the Sellafield Limited (SL) strategic objectives, regulatory expectations and efficiency savings agreed with the Nuclear Decommissioning Authority (NDA) and SL have been mandated to digitally transform Asset Management activities across the full asset lifecycle. The Digital Asset Management (DAM) team are integrated within the Engineering Centre of Excellence (ECoE) and CM teams and working closely together to fully understand the asset lifecycle and confidently predict potential failure and to understand when a timely intervention is required.
Vision
A fully integrated information line of sight directly from priority assets as listed within the SL Target Operating Plan (TOP) and Mission, Key SL Milestone Plants and also to support the NDA Value Framework. This should include both hand-held / manual and remote monitoring applications that integrate with activities across the asset lifecycle. To understand where maintenance induced faults may be occurring and to remove any unnecessary maintenance schedules. The use of modern digital CM technologies will inform key decision making.
Mission
To develop and deploy CM capabilities within the SL site and the wider NDA Estate, whilst safely identifying and reducing the baseline cost of nuclear operations and waste management activities. In doing so, we will embrace the opportunities of digital transformation, understand and manage cyber risk, whilst fully understanding the plant and asset lifetime condition with CM information & data.
The Scope
Sellafield Ltd requires a specialist UK-based organisation to provide expert support in Condition Monitoring (CM) and Condition Based Maintenance (CBM). The goal is to improve plant reliability, reduce unplanned downtime, optimise maintenance costs, and maintain nuclear safety and compliance across the SL and wider NDA estate.
The supplier must demonstrate leading expertise in CM/CBM technologies, reliability engineering, predictive maintenance, data analysis, remote monitoring, and installation/commissioning of CM systems—ideally with experience in highly regulated sectors such as nuclear. They will act as an Intelligent Client, providing technical leadership, training, and mentoring to Sellafield’s engineering and maintenance teams.
Key deliverables include identifying innovative CM technologies, interpreting live monitoring data to guide engineering decisions, performing gap analyses, developing a CM management system, supporting installation activities, and providing continuous remote and on site assistance. The team will operate from the Leconfield, Cumbria CM Control Hub during core hours and collaborate closely with Reliability Engineering, Operations, and Design functions.
The programme will run for an initial three years, with two optional one year extensions, targeting approximately 300 monitored assets per year. The total contract value must not exceed £4.999m.
Suppliers must meet or be working towards ISO 9001, 14001, and 45001 standards and ensure the personnel can obtain SC clearance and Sellafield P4 access if required. They must provide clear project planning, robust quality assurance, and deliver safe, compliant, and reliable CM/CBM services across the estate.
All up to date information will be published via Atamis in March 2026 as part of a formal competition process.
How to apply to be included in the DPS
1. Register on Atamis https://one-nda.force.com/s/Welcome
2. Locate the opportunity using 'Find Opportunities' - C12362 Engineering and Technology Solutions Marketplace DPS Qualification
3. Click Register Interest and Confirm.
4. The opportunity will be available to view within a few minutes of registering your interest via the ‘My Proposals and Quotes’ area of the portal.
5. Please respond to the qualification questions for each lot you wish to apply for (Engineering Services Category, Testing and Substantiation Sub Category for this opportunity)
6. Candidates will only be able to obtain access to award stage work package opportunities for the sub-categories for which they have pre-qualified against.
7. Complete the questions to pre-qualify
8. Please note: to speed up pre-qualification on DPS ALL parts of each question must be addressed. Failure to do this will affect the timescales and may stop you from being ready to submit when the ITT becomes available.
two.2.14) Additional information
Proposed timeline:
Feb 2026 Interested parties register on DPS
March 2026 Issue Invitation to Tender (ITT)
April 2026 Closing Date for ITT
July 2026 Contract Award
Please note these are indicative dates and may change.
two.3) Estimated date of publication of contract notice
3 February 2026
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes