Opportunity

MOx Fuel Line

  • National Nuclear Laboratory (NNL)

F02: Contract notice

Notice reference: 2022/S 000-019467

Published 15 July 2022, 4:01pm



Section one: Contracting authority

one.1) Name and addresses

National Nuclear Laboratory (NNL)

Chadwick House, Warrington Road, Birchwood Park

Warrington

WA3 6AE.

Contact

David Kirkbride

Email

David.kirkbride@uknnl.com

Telephone

+44 1925933793

Country

United Kingdom

NUTS code

UKD61 - Warrington

Internet address(es)

Main address

https://www.nnl.co.uk/

Buyer's address

https://sharedsystems.eu-supply.com/ctm/Company/CompanyInformation/Index/3510

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15645&B=SELLAFIELD

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15645&B=SELLAFIELD

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 Science


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

MOx Fuel Line

Reference number

NNLC123

two.1.2) Main CPV code

  • 45351000 - Mechanical engineering installation works

two.1.3) Type of contract

Works

two.1.4) Short description

The current Fuel Line located in National Nuclear Laboratory’s (NNL’s) Central Laboratory was designed and installed in the mid-2000’s in Area 400 to provide research and development (R&D) support to Sellafield Mixed Oxide (MOx) Plant (SMP), which utilised the Short Binderless Route (SBR) for producing MOx. However, the Fuel Line was never fully commissioned and has remained in a state of Care and Maintenance (C&M) since then.

The intent is to re-purpose the above existing fuel line, whilst keeping certain elements embedded within the design.

The scope of the works required is therefore to Design, Install and provide technical support to Commissioning for the Fuel Line for future usage by the NDA

two.1.5) Estimated total value

Value excluding VAT: £30,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 09340000 - Nuclear fuels
  • 45251110 - Nuclear-power station construction work
  • 45300000 - Building installation work
  • 71300000 - Engineering services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71323200 - Plant engineering design services
  • 71350000 - Engineering-related scientific and technical services

two.2.3) Place of performance

NUTS codes
  • UKD11 - West Cumbria

two.2.4) Description of the procurement

The current Fuel Line located in National Nuclear Laboratory’s (NNL’s) Central Laboratory was designed and installed in the mid-2000’s in Area 400 to provide research and development (R&D) support to Sellafield Mixed Oxide (MOx) Plant (SMP), which utilised the Short Binderless Route (SBR) for producing MOx. However, the Fuel Line was never fully commissioned and has remained in a state of Care and Maintenance (C&M) since then.

Nuclear Decommissioning Authority (NDA) is responsible for the current civil plutonium stockpile. It is currently considering options for plutonium disposition including reusing the material within new MOx fuel (<12.5 w/w % Pu) for LWR type reactors, or immobilising within a well-engineered inert matrix, suitable for disposal within a Geological Disposal Facility (GDF).

There is also the option of making “disposal-grade” MOx pellets for disposal within a Geological Disposal Facility (GDF) as an alternative to immobilisation within a ceramic, such as zirconolite, currently being pursued through hot isostatic pressing (HIP).

After over 60 years of reprocessing, there are a wide range of plutonium dioxide product cans of varying ages, plutonium vectors, impurities and with a spectrum of fidelity on analytical information depending on the requirements of the time. As such, there is a need to demonstrate that each subset of material families can be made into a MOx ceramic pellets suitable for use in reactors or for disposal.

With this mission ahead and range of options still available, it is important to have a flexible research and development MOx line to build experience of making ceramic MOx pellets for reuse or disposal with the full range of the plutonium stockpile. The line will have the dual purpose of making LWR fuel quality pellets (<12.5 w/w % Pu) or disposal-grade MOx using an industrially proven process, but also retain the existing SBR type equipment to allow as many powder processing options to remain open for reactor or disposal-grade MOx pellets to be developed.

A single works contract for the full scope of the works will be awarded to the successful Supplier, under which the supplier will be required to deliver the following elements:

• Preliminary Design

• Detailed Design

• Procurement

• Assembly/Manufacture

• Offsite testing

• On site installation & testing

• Design and Technical Support to Commissioning and Handover; and

• Training

The contract will be split into 3 Sections, under the NEC3 ECC optional clause X5 (Section Completion):

• Section 1 – Completion of Preliminary Design

• Section 2 – Completion of Detailed Design

• Section 3 – Completion of the remainder of the Works

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: £30,000,000

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

Start date

1 May 2023

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Detailed within procurement documents

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As detailed within the Terms and Conditions

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-031353

four.2.2) Time limit for receipt of tenders or requests to participate

Date

15 August 2022

Local time

5:00pm

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)


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

London

Country

United Kingdom

Internet address

http://www.justice.gov.uk

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

London

London

Country

United Kingdom

Internet address

http://www.justice.gov.uk

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures:

Any appeals should be promptly brought to the attention of the contact specified in Section I above, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescales specified by the applicable law, including without limitation, the Public Contracts Regulations 2015. In accordance with the Public Contracts Regulations 2015, the Contracting Authority will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.