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
Telephone
+44 1925933793
Country
United Kingdom
NUTS code
UKD61 - Warrington
Internet address(es)
Main address
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
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand
London
London
Country
United Kingdom
Internet address
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.