Tender

The provisions for services to collect, transport, store and process existing High Activity Sealed Radioactive Sources (SRS) using a pre-determined disposal route.

  • Nuclear Decommissioning Authority

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-031829

Procurement identifier (OCID): ocds-h6vhtk-04ea87 (view related notices)

Published 11 June 2025, 3:46pm

Last edited 12 June 2025, 11:34am

Show all versions Hide all versions


Changes to notice

This notice has been edited. The previous version is still available.

Delineating the paragraphs in the description field.

Scope

Reference

C24417

Description

The Home Office have established a programme for the replacement and disposal of Caesium-137 High Activity Sealed Sources (HASS), used in the medical and research industries, as part of a strategy to reduce the likelihood of a terrorist using high risk radiological materials in the UK.

The Nuclear Decommissioning Authority (NDA) has been instructed by the Department of Energy Security & Net-Zero (DESNZ) to support the Home Office-led initiative by providing support and expertise knowledge for the collection of the HASS and managing the HASS through a suitable waste management route. The Miscellaneous Beta Gamma Waste Store (MBGWS) at Sellafield is the current waste management route for sealed sources in the UK.

The programme is voluntary, meaning owners of Cs-137 sources (End-Users) within scope can apply to participate in the scheme to dispose of their sources and receive a grant for replacing with safer technologies.

The programme will be delivered in phases as End-Users make their sources available for disposal. The NDA, with their trusted partner Nuclear Transport Solutions (NTS), is leading on the procurement and delivery of the first phase of this programme.

This first phase of the programme will act as a pathfinder and lessons learned will be fundamental for the future success of the programme. The NDA are looking for a supplier, or consortium of suppliers, to deliver the first phase of this programme.

The high-level scope of this procurement includes:

• Number of Irradiator Units - 6 with the option to add a further 3 Irradiator Units

• Number of Cs-137 sources - 12 sources in the 6 original Irradiator Units with 2 sources per Irradiator Unit, potential for a further 6 sources in the optional 3 Irradiator Units

• Geographical area - United Kingdom

• Models of Irradiator Units - Gammacell ® 3000 and IBL 437

• Supplier to collect, transport, store and process the Irradiator Unit(s), ), in the UK or abroad, to remove the Cs-137 sources.

• Pack the Cs-137 sources into the disposable liner and 1648C transport package for return to Sellafield MBGWS.

The 1648C transport package is an NDA Group asset that is currently in the process of being licenced as a Type B(M) transport package, led by Nuclear Transport Solutions (NTS). The 1648C is widely and regularly received and managed at MBGWS at Sellafield.

The proposed scope is likely to be broadly split into two delivery phases:

Phase 1

• The Supplier is to complete all pre-collection activities to prepare the Irradiator Unit(s) for collection from the End-User premises including, but not limited to, obtaining all required permits and licences, coordinating on logistics and schedules and putting in place all health and safety requirements etc.

• The Supplier is to dismantle the Irradiator Unit(s) and package the Irradiator Unit(s) for transport to the Supplier premises (in the UK or abroad) ensuring it has the required consents and permits to transport .

• The Supplier will ensure they have all required permits and capacity to store the sources for up to 36 months on the Supplier premises in either the Irradiator Units or a suitable liner.

• The Supplier will process the Irradiator Unit(s) to remove the Cs-137 sources and place into the appropriate liner.

• Additionally, the Supplier premises will have the capability, or agree to develop the capability, to handle and interface with the 1648C and its accompanying liner once it has been licenced enabling the sources to be packed into the disposable liner for return to Sellafield.

• The Supplier will pack the sources into the disposable liner and the 1648C transport package, when available.

After completion of Phase 1, the Authority will have the option to exercise a break clause within the proposed contract should the Supplier not be required for return of the sources. In the event that the Supplier is not required for return of the sources, the Supplier commits to support the Authority in preparing the sources for return via an alternative route to be determined.

Phase 2

• The Supplier will collect the 1648C transport packages and disposable liners from the UK and transport to the Supplier premises ready for return of the sources.

• The Supplier will then load the sources into the disposable liner and subsequently the 1648C transport packages, onto the universal transport frame (UTF), and transport the sources back to the UK, directly to Sellafield.

Please be advised that participation in this procurement process is subject to national security considerations. Suppliers may be excluded if their proposal is deemed to pose a risk to national security.

Total value (estimated)

  • £4,500,000 excluding VAT
  • £5,400,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 September 2025 to 31 August 2028
  • Possible extension to 30 August 2029
  • 3 years, 11 months, 30 days

Description of possible extension:

Option for 1 year extension upon instruction from the authority

Options

The right to additional purchases while the contract is valid.

3 years + 1 year (total 4 years if option taken)

Main procurement category

Services

CPV classifications

  • 90521100 - Collection of radioactive waste
  • 90521200 - Radioactive waste storage services
  • 90521300 - Disposal of radioactive waste
  • 90521400 - Transport of radioactive waste

Contract locations

  • UK - United Kingdom

Participation

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

16 July 2025, 12:00pm

Tender submission deadline

16 July 2025, 12:00pm

Submission address and any special instructions

All communication and tender submissions should be submitted via the Atamis Supplier Portal - https://atamis-2464.my.site.com/ProSpend__CustomCommunitiesLogin

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

29 July 2025


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
C1. Price

Provide a complete breakdown of costs for 6 Irradiator Units ALL PRICES SHOULD BE COSTED FOR A TOTAL FIXED PRICE FOR PHASES 1 AND 2 FOR THE DURATION OF THE CONTRACT. PRICES SHOULD EXCLUDE VAT. A...

Price 25.00%
T3. Timely mobilisation and Service delivery (within expected timeframes)

Readiness to begin the Service delivery compliantly, remove the Irradiator Units and complete the Service phases successfully at the earliest time. • Please submit detailed realistic timelines/...

Quality 20.00%
T1.a Technical capabilities and delivery methodology

T1a. • Equipment and technology: Demonstrate a clear understanding and knowledge of the technical elements and operational challenges and articulate how you intend to overcome these by describing...

Quality 10.00%
T1.b Technical capabilities and delivery methodology

T1b. • Methodology: provide a detailed methodology (including mode of transport, interim storage locations and durations, storage/processing strategy, and storage form etc.) for delivering the...

Quality 10.00%
T4. Structure and Organisation of Work

Project management, risk register, planning & facility capacity Your response should contain the following: • A risk register containing thoroughly documented and clearly defined risks with proposed...

Quality 10.00%
T5. Social Value

Social Impact: Fighting Climate Change What will your organisation do specifically for this Service? • How will you do this? • How will this be monitored and measured on a quarterly basis? •...

Quality 10.00%
T2.a Company Profile, allocated Team and Experience

(Org. and staff qualifications, certifications, knowledge and understanding of security protocols, OBS and CVs, LFE use) Demonstrate that the organisation (incl. sub-contractors) have the necessary...

Quality 5.00%
T2.b Company Profile, allocated Team and Experience

(Org. and staff qualifications, certifications, knowledge and understanding of security protocols, OBS and CVs, LFE use) Demonstrate that the organisation (incl. sub-contractors) have the necessary...

Quality 5.00%
T2.c Company Profile, allocated Team and Experience

T2c. • Please explain and demonstrate your capability in terms of how additional Learning from Experience (LFE) and previous expertise will be utilised to maximise successful and timely delivery of...

Quality 5.00%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Contracting authority

Nuclear Decommissioning Authority

  • Public Procurement Organisation Number: PVDH-2346-PXDL

Herdus House Westlakes Science and Technology Park Moor Row

Cumbria

CA24 3HU

United Kingdom

Region: UKD11 - West Cumbria

Organisation type: Public authority - central government