Notice Information
Notice Title
Upgrade Of The Gamma and Neutron Radiation Calibration Equipment Control Software
Notice Description
Public Health England is looking to upgrade the control software and firmware for four of its Secondary Standard Neutron and Gamma radiation exposure facilities. These four fully automated exposure facilities are used to provide a high quality service for regulatory testing including: periodic test, test before first use and type-test for a wide variety of radiological protection instrumentation used to measure external ionising radiation fields. They also provide Quality Assurance irradiations for a number of Approved Dosimetry Services. The item to be exposed is mounted on a remotely operated positioning assembly. Radiation dose-rates are controlled by a remotely operated exposure assembly. The selection of a particular radioactive source, the operation of the exposure, the radiological and mechanical safety systems, as well as the alignment and positioning of items within the beam are all controlled remotely from outside the exposure cell via software and firmware. These four facilities comprise the following equipment:- * Gemini Technology Ltd Neutron Facility 'B' type GTL3315-901-0309 with Control Unit type 1224E5A/B/C. * Gemini Technology Ltd Gamma Facility 'L' type GTL3816-1044-0912with Control Unit type 1171E1A/B. * Gemini Technology Ltd Gamma Facility 'C' type GTL3816-1044-1012 with Control Unit type 1171E1A/B. * Gemini Technology Ltd Gamma Facility 'B' type GTL3867-1046-0313 with Control Unit type 1272E5A/B. This equipment was all custom designed and built by Gemini Technology Ltd, who specialise in bespoke solutions for nuclear/radiological equipment. The equipment contains a number of radioactive sources to provide radiation fields as defined in ISO 4037 and ISO 8529. The equipment's control software and firmware communication protocols are bespoke and based on an instruction set that is Gemini Technology Limited's intellectual property. The winning supplier must provide four separate versions of the control software, tailored to each radiation facility. This software must run on the existing computers to allow control of each radiation facility from the control area. Potential suppliers will have a proven track record in the design and manufacture of complex machinery and control systems used for delivering pre-determined radiation exposures and must be able to prove they can maintain the strict safety standards required for such equipment. PHE may decide that the successful supplier's products are audited by a third party to ensure that strict safety standards are maintained. The radiation facilities earn considerable income for PHE and any disruption must be kept to an agreed duration. The bespoke facilities are estimated to have a replacement cost in excess of PS1M. Potential suppliers will be liable for any equipment damaged by the work undertaken, for any loss of equipment functionality and for any subsequent loss.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-1ece3ac5-389e-4c0b-b4e3-8940eca4b5ba
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/49a2d14f-5ded-4445-82a2-7f6be1dfd51c
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
38 - Laboratory, optical and precision equipments (excl. glasses)
48 - Software package and information systems
-
- CPV Codes
38340000 - Instruments for measuring quantities
38430000 - Detection and analysis apparatus
48810000 - Information systems
Notice Value(s)
- Tender Value
- £20,000 Under £100K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 5 Dec 20169 years ago
- Submission Deadline
- 12 Dec 2016Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 30 Dec 2016 - 31 May 2017 1-6 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- PUBLIC HEALTH ENGLAND
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- NW9 5EQ
- Post Town
- North West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI7 Outer London - West and North West
- Small Region (ITL 3)
- TLI71 Barnet
- Delivery Location
- Not specified
-
- Local Authority
- Barnet
- Electoral Ward
- Colindale South
- Westminster Constituency
- Hendon
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/49a2d14f-5ded-4445-82a2-7f6be1dfd51c
5th December 2016 - Opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-1ece3ac5-389e-4c0b-b4e3-8940eca4b5ba-2016-12-05T15:31:30Z",
"date": "2016-12-05T15:31:30Z",
"ocid": "ocds-b5fd17-1ece3ac5-389e-4c0b-b4e3-8940eca4b5ba",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "Project_3155",
"title": "Upgrade Of The Gamma and Neutron Radiation Calibration Equipment Control Software",
"description": "Public Health England is looking to upgrade the control software and firmware for four of its Secondary Standard Neutron and Gamma radiation exposure facilities. These four fully automated exposure facilities are used to provide a high quality service for regulatory testing including: periodic test, test before first use and type-test for a wide variety of radiological protection instrumentation used to measure external ionising radiation fields. They also provide Quality Assurance irradiations for a number of Approved Dosimetry Services. The item to be exposed is mounted on a remotely operated positioning assembly. Radiation dose-rates are controlled by a remotely operated exposure assembly. The selection of a particular radioactive source, the operation of the exposure, the radiological and mechanical safety systems, as well as the alignment and positioning of items within the beam are all controlled remotely from outside the exposure cell via software and firmware. These four facilities comprise the following equipment:- * Gemini Technology Ltd Neutron Facility 'B' type GTL3315-901-0309 with Control Unit type 1224E5A/B/C. * Gemini Technology Ltd Gamma Facility 'L' type GTL3816-1044-0912with Control Unit type 1171E1A/B. * Gemini Technology Ltd Gamma Facility 'C' type GTL3816-1044-1012 with Control Unit type 1171E1A/B. * Gemini Technology Ltd Gamma Facility 'B' type GTL3867-1046-0313 with Control Unit type 1272E5A/B. This equipment was all custom designed and built by Gemini Technology Ltd, who specialise in bespoke solutions for nuclear/radiological equipment. The equipment contains a number of radioactive sources to provide radiation fields as defined in ISO 4037 and ISO 8529. The equipment's control software and firmware communication protocols are bespoke and based on an instruction set that is Gemini Technology Limited's intellectual property. The winning supplier must provide four separate versions of the control software, tailored to each radiation facility. This software must run on the existing computers to allow control of each radiation facility from the control area. Potential suppliers will have a proven track record in the design and manufacture of complex machinery and control systems used for delivering pre-determined radiation exposures and must be able to prove they can maintain the strict safety standards required for such equipment. PHE may decide that the successful supplier's products are audited by a third party to ensure that strict safety standards are maintained. The radiation facilities earn considerable income for PHE and any disruption must be kept to an agreed duration. The bespoke facilities are estimated to have a replacement cost in excess of PS1M. Potential suppliers will be liable for any equipment damaged by the work undertaken, for any loss of equipment functionality and for any subsequent loss.",
"datePublished": "2016-12-05T15:31:30Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "38340000",
"description": "Instruments for measuring quantities"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "38430000",
"description": "Detection and analysis apparatus"
},
{
"scheme": "CPV",
"id": "48810000",
"description": "Information systems"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 20000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2016-12-12T23:59:59Z"
},
"contractPeriod": {
"startDate": "2016-12-30T00:00:00Z",
"endDate": "2017-05-31T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/49a2d14f-5ded-4445-82a2-7f6be1dfd51c",
"datePublished": "2016-12-05T15:31:30Z",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-GOR-EA480",
"name": "Public Health England",
"identifier": {
"legalName": "Public Health England",
"scheme": "GB-GOR",
"id": "EA480"
},
"address": {
"streetAddress": "61 Colindale Avenue",
"locality": "London",
"postalCode": "NW9 5EQ",
"countryName": "England"
},
"contactPoint": {
"name": "Alan Holden",
"email": "alan.holden@phe.gov.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-GOR-EA480",
"name": "Public Health England"
}
}