Planning

Radiation Tolerant Sensors

SELLAFIELD LIMITED

This public procurement record has 1 release in its history.

Planning

13 May 2026 at 14:38

Summary of the contracting process

Sellafield Limited is currently in the planning stage of a public procurement process for the provision of radiation tolerant sensors. The procurement is identified under the title "Radiation Tolerant Sensors" and falls within the industry category of sensors, aimed at the goods sector. The buying organisation, Sellafield Limited, is a public authority operating under sub-central government classification. Located in Warrington, United Kingdom, the organisation is inviting expressions of interest for preliminary market engagement activities, with a due date for suppliers' registration by 29th May 2026. This preliminary engagement aims to assist in developing the procurement strategy and does not yet constitute a request for tender.

This tender offers significant opportunities for business growth, particularly for suppliers with expertise in manufacturing sensors that meet stringent operational and safety requirements in radiation-exposed environments. Vendors specialising in high-precision, radiation-tolerant technology, and those capable of adhering to detailed technical specifications, such as producing semiconductor devices from the same production batch, will find this contract particularly well-suited. Opportunities exist for both SME and VCSE organisations to participate, recognising the authority's interest in engaging a broad spectrum of capable suppliers. With an estimated contract value of up to £600,000, businesses that can innovate in the fields of nuclear safety, operational assurance, and asset integrity may find lucrative prospects in this procurement process.

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

Notice Title

Radiation Tolerant Sensors

Notice Description

The Authority has a requirement for sensors that are capable of operating safely and reliably within defined radiation exposed environments associated with nuclear operations. The requirement is driven by: Nuclear safety and operational assurance Asset integrity and reliability The need for predictable performance under radiation exposure The Authority's need is outcome based and does not specify any particular manufacturer, brand, or proprietary solution. The Authority requires devices that have been independently tested to exceed a Dose of 1 x 106 Gray. The estimated requirement is for 1,224 Sensors with: 18mm diameter sensor - 18mm threaded barrel, to be supplied with 2 off M18 x 1mm locknuts Flush fitting NAMUR two wire Inductive Sensor - DC 2-wire, nom. 8.2 VDC, Output acc. to EN 60947-5-6 (NAMUR) Nominal Switching Distance 5mm - 10mm Sensor head length - Not to exceed 65mm Fitted electrical Lead (Not M12 connector) - Minimum lead length of 2 metres ATEX category II 1 G, Ex zone 0 ATEX category II 1 D, Ex zone 20 SIL2 (Low Demand Mode) acc. to IEC 61508, PL c acc. to ISO 13849-1 with HFT0 SIL3 (All Demand Mode) acc. to IEC 61508, PL e acc. to ISO 13849-1 with redundant configuration HFT1 Protection Class IP67 The Authority requires that supplied sensors are to contain Semi-Conductor (SMD/SMT) devices from the same Semi-Conductor Component Manufacture production batch. An Initial Sensor manufacturing batch of a minimum of 11 Sensors is required to allow for Sellafield Limited initiated Third Party Radiation Tolerance Testing. The remaining Semi-Conductor devices (the same Reel) are to be retained awaiting the conclusion of the Third Party Radiation Tolerance Testing. On conclusion of Radiation Tolerance Testing, if Sellafield Limited deem the sensors to be acceptable, the balance of stated Order Total are to be manufactured from the same SMD/SMT component Reel as those sensors manufactured for the purpose of the test (>=11 sensors). If, the first batch (11 off) sensors are not acceptable to Sellafield limited, a further 11 off sensors are to be produced to allow for repeat Radiation Tolerance Testing, the semi-conductor component requirements remain as above. The Sensor Manufacturer is to create a specific product Part Number for the Authority. Sellafield Ltd Quality Grade 04 for sensors produced for testing purposes, Quality Grade 03 for all other supplied sensors. The Authority is conducting preliminary market engagement in accordance with Section 16 of the Procurement Act 2023 for the purpose of informing approach to market and identifying suppliers that may be able to supply the goods required. This notice invites suppliers to express interest in participating in preliminary market engagement. It is not a request to tender and does not form part of a competitive procedure, and does not place the Authority under any obligation to proceed with a procurement.

Planning Information

The Authority invites interested suppliers to submit an expression of interest in participating in preliminary market engagement activities relating to the proposed requirement. As part of this engagement, the Authority is seeking supplier responses to a number of questions intended to inform of current market capability and technical solutions. Supplier feedback will assist the Authority in developing its procurement strategy and assessing potential delivery models for the future procurement. Interested suppliers should register their interest via Atamis portal by 29th May 2026. Further information regarding the engagement process and submission requirements will be provided to participating suppliers. This engagement is being undertaken for information only and does not constitute a call for competition or commitment to commence a procurement procedure.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-069809
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/044060-2026
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK2 - Preliminary Market Engagement Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

35 - Security, fire-fighting, police and defence equipment


CPV Codes

35125100 - Sensors

Notice Value(s)

Tender Value
£500,000 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
13 May 2026Yesterday
Submission Deadline
Not specified
Future Notice Date
17 Jul 20263 months to go
Award Date
Not specified
Contract Period
1 Dec 2026 - 31 Mar 2027 1-6 months
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Planning
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
SELLAFIELD LIMITED
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
WARRINGTON
Postcode
WA3 6GR
Post Town
Warrington
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD6 Cheshire
Small Region (ITL 3)
TLD61 Warrington
Delivery Location
Not specified

Local Authority
Warrington
Electoral Ward
Birchwood
Westminster Constituency
Warrington North

Further Information

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-h6vhtk-069809-2026-05-13T15:38:43+01:00",
    "date": "2026-05-13T15:38:43+01:00",
    "ocid": "ocds-h6vhtk-069809",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PWYP-8439-MZWY",
            "name": "Sellafield Limited",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PWYP-8439-MZWY"
            },
            "address": {
                "streetAddress": "Hinton House, Birchwood Park Avenue",
                "locality": "Warrington",
                "postalCode": "WA3 6GR",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD61"
            },
            "contactPoint": {
                "name": "Kerry Cairns",
                "email": "kerry.a.cairns@sellafieldsites.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/sellafield-ltd",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PWYP-8439-MZWY",
        "name": "Sellafield Limited"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "The Authority invites interested suppliers to submit an expression of interest in participating in preliminary market engagement activities relating to the proposed requirement. As part of this engagement, the Authority is seeking supplier responses to a number of questions intended to inform of current market capability and technical solutions. Supplier feedback will assist the Authority in developing its procurement strategy and assessing potential delivery models for the future procurement. Interested suppliers should register their interest via Atamis portal by 29th May 2026. Further information regarding the engagement process and submission requirements will be provided to participating suppliers. This engagement is being undertaken for information only and does not constitute a call for competition or commitment to commence a procurement procedure.",
                "dueDate": "2026-05-29T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "044060-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/044060-2026",
                "datePublished": "2026-05-13T15:38:43+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "ocds-h6vhtk-069809",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Radiation Tolerant Sensors",
        "description": "The Authority has a requirement for sensors that are capable of operating safely and reliably within defined radiation exposed environments associated with nuclear operations. The requirement is driven by: Nuclear safety and operational assurance Asset integrity and reliability The need for predictable performance under radiation exposure The Authority's need is outcome based and does not specify any particular manufacturer, brand, or proprietary solution. The Authority requires devices that have been independently tested to exceed a Dose of 1 x 106 Gray. The estimated requirement is for 1,224 Sensors with: 18mm diameter sensor - 18mm threaded barrel, to be supplied with 2 off M18 x 1mm locknuts Flush fitting NAMUR two wire Inductive Sensor - DC 2-wire, nom. 8.2 VDC, Output acc. to EN 60947-5-6 (NAMUR) Nominal Switching Distance 5mm - 10mm Sensor head length - Not to exceed 65mm Fitted electrical Lead (Not M12 connector) - Minimum lead length of 2 metres ATEX category II 1 G, Ex zone 0 ATEX category II 1 D, Ex zone 20 SIL2 (Low Demand Mode) acc. to IEC 61508, PL c acc. to ISO 13849-1 with HFT0 SIL3 (All Demand Mode) acc. to IEC 61508, PL e acc. to ISO 13849-1 with redundant configuration HFT1 Protection Class IP67 The Authority requires that supplied sensors are to contain Semi-Conductor (SMD/SMT) devices from the same Semi-Conductor Component Manufacture production batch. An Initial Sensor manufacturing batch of a minimum of 11 Sensors is required to allow for Sellafield Limited initiated Third Party Radiation Tolerance Testing. The remaining Semi-Conductor devices (the same Reel) are to be retained awaiting the conclusion of the Third Party Radiation Tolerance Testing. On conclusion of Radiation Tolerance Testing, if Sellafield Limited deem the sensors to be acceptable, the balance of stated Order Total are to be manufactured from the same SMD/SMT component Reel as those sensors manufactured for the purpose of the test (>=11 sensors). If, the first batch (11 off) sensors are not acceptable to Sellafield limited, a further 11 off sensors are to be produced to allow for repeat Radiation Tolerance Testing, the semi-conductor component requirements remain as above. The Sensor Manufacturer is to create a specific product Part Number for the Authority. Sellafield Ltd Quality Grade 04 for sensors produced for testing purposes, Quality Grade 03 for all other supplied sensors. The Authority is conducting preliminary market engagement in accordance with Section 16 of the Procurement Act 2023 for the purpose of informing approach to market and identifying suppliers that may be able to supply the goods required. This notice invites suppliers to express interest in participating in preliminary market engagement. It is not a request to tender and does not form part of a competitive procedure, and does not place the Authority under any obligation to proceed with a procurement.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "35125100",
                        "description": "Sensors"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 600000,
            "amount": 500000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "goods",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-12-01T00:00:00Z",
                    "endDate": "2027-03-31T23:59:59+01:00"
                },
                "status": "planning"
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-07-17T23:59:59+01:00"
        },
        "status": "planning"
    },
    "language": "en"
}