Tender

Upgrade Of The Gamma and Neutron Radiation Calibration Equipment Control Software

PUBLIC HEALTH ENGLAND

This public procurement record has 1 release in its history.

Tender

05 Dec 2016 at 15:31

Summary of the contracting process

The procurement process initiated by Public Health England focuses on the upgrade of the Gamma and Neutron Radiation Calibration Equipment Control Software. This tender, classified under "Instruments for measuring quantities," is located in the United Kingdom and is currently in the Tender stage, with a deadline for submissions set for 12th December 2016. The estimated value of the contract is £20,000, and it will cover services over a contract period starting from 30th December 2016 until 31st May 2017. The procurement method adopted is an open procedure, allowing any eligible supplier to participate.

This tender presents a significant opportunity for businesses specialising in control systems and radiation equipment design. Companies with a proven track record in developing complex machinery that adheres to high safety standards will be best suited to compete. The successful supplier will not only contribute to the enhancement of critical public health services but may also benefit from strong financial returns, given that the radiation facilities generate considerable income for Public Health England. This project is particularly suitable for small and medium-sized enterprises (SMEs) with expertise in bespoke solutions for nuclear or radiological applications.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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.

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

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
    }
}