Contract notice

Information

Published

Date of dispatch of this notice: 11/05/2017

Expire date: 22/06/2017

External Reference: 2017-506677

TED Reference: 2017/S 091-180218

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Magnox Limited
2264251
Oldbury Technical Centre
Gloucestershire
BS35 1RQ
UK
Contact person: Steven Lock
Telephone: +44 1797343515
Fax: +44 1797343143
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.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=9733&B=MAGN
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Other activity:  Civil Nuclear Decommissioning

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of Health Physics Services
Reference number:  CP0086
II.1.2)

Main CPV code

90721600  -  Radiation protection services
II.1.3)

Type of contract

Services
II.1.4)

Short description

This opportunity is a collaborative procurement for a number of Participating Entities of the UK Nuclear Decommissioning Authority Estate (Listed in Section II.2.4 for Lot 1) and Other UK Public funded organisations (Listed in Section II.2.4 for Lot 1) for the provision of:
Lot 1) Health physicists including Radiation Protection Advisers to provide
health physics advice and training to staff, subcontractors and visitors;
Lot 2) Health physics monitoring surveyors resource and other health
physics support resource, without portable metrology including manual
assistance in decommissioning and waste management operations; and
Lot 3) Health physics monitoring surveyors resource and other health
physics support resource supplied with portable metrology instruments
including manual assistance in decommissioning and waste management
operations.
II.1.5)

Estimated total value

Value excluding VAT: 107000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Any combination
II.2)

Description

II.2.1)

Title

Health Physics Services - Standard Qualification Questions
Lot No:  1
II.2.2)

Additional CPV code(s)

71700000  -  Monitoring and control services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Any Nuclear Decommissioning Authority funded site or organisation (PEs as listed in II.2.4) and any other UK Public Funded Organisation location (Listed in II.2.4)
II.2.4)

Description of the procurement

Provision of Health physicists including Radiation Protection Advisers to provide health physics advice and training to the Participating Entities and other UK Public Funded Organisations. The full scope of services is set out in the Invitation to Tender.
The Participating Entities (PEs) of the Nuclear Decommissioning Authority Estate are:
1) Dounreay Site Restoration Limited (DSRL), Caithness, Scotland.
2) LLW Repository Limited,Cumbria, England,
3) Magnox Limited comprising twelve sites:
I. Berkeley, Gloucestershire, England;
II. Bradwell, Essex, England;
III. Chapelcross, Dumfriesshire, Scotland;
IV. Dungeness A, Kent, England;
V. Hinkley A, Somerset, England;
VI. Hunterston A, Ayrshire, Scotland;
VII. Oldbury, Gloucestershire, England;
VIII. Sizewell A, Suffolk, England;
IX. Trawsfynydd, North Wales;
X. Wylfa, Anglesey, Wales,
XI. Harwell, Abingdon, Oxfordshire
XII. Winfrith, Dorset
4) Sellafield Limited, Cumbria, England,
The other UK Public Funded Organisations listed below:
1) National Nuclear Laboratory Limited, Cumbria, England,
2) Atomic Weapons Establishment PLC, Aldermaston, Reading, Berkshire
3) Public Health England, London, England
4) Home Office, London, England
5) United Kingdom Atomic Energy Authority Limited, Abingdon, Oxfordshire
This procurement process will be conducted under in accordance with the Open Procedure pursuant to Regulation 27 of the Public Contracts Regulations 2015.
The contact details for Magnox Limited to obtain further information and tender requirements are set out in Section I.1 of this notice.
Please note that all communication must be made via the messaging function in the Complete Tender Management (“CMT”) system, which is the electronic portal being used by Magnox Limited for this procurement.
The estimated value of spend across the three Lots (Lots 1, 2 and 3) is
projected to value between £71,000,000.00 and £107,000,000.00 (seventy
one million and one hundred and seven million pounds).
The estimated value of this Lot (Lot 1) is projected to value between
£12,000,000.00 and £18,000,000.00 (twelve million and eighteen million
pounds).
A maximum of 3 suppliers will be awarded framework contracts under this
Lot.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 18000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
Service continuity will be required at the completion of the contract and will
be subject to a further procurement exercise.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 1 Health Physics Professional Services
Lot No:  2
II.2.2)

Additional CPV code(s)

71700000  -  Monitoring and control services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Any Nuclear Decommissioning Authority funded site or organisation (PEs as listed in II.2.4) and any other UK Public Funded Organisation location (Listed in II.2.4)
II.2.4)

Description of the procurement

Provision of Health physics monitoring surveyors resources and other health physics monitoring resources without portable metrology but to include manual assistance in decommissioning and waste management operations to the Participating Entities and other UK Public Funded Organisations.
The full scope of services is set out in the Invitation to Tender.
The Participating Entities (PEs) of the Nuclear Decommissioning Authority
Estate are as listed above in Section II.2.4 for Lot 1.
The other UK Public Funded Organisations are as listed above in Section
II.2.4 for Lot 1.
This procurement process will be conducted under in accordance with the Open Procedure pursuant to Regulation 27 of the Public Contracts Regulations 2015.
The contact details for organisations to obtain further information and tender requirements are set out in Section I.1 of this Notice.
Please note that all communication must be made via the messaging function in the CTM system, which is the electronic portal being used by the contracting authority for this procurement.
The estimated value of spend across the three Lots (Lots 1, 2 and 3) is projected to value between £71,000,000.00 and £107,000,000.00 (seventy one million and one hundred and seven million pounds).
The estimated value of this Lot (Lot 2) is projected to value between £55,000,000.00 and £83,000,000.00 (fifty five million and eighty three million pounds).
A maximum of 3 suppliers will be awarded framework contracts under this Lot.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 83000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
Service continuity will be required at the completion of the contract and will be subject to a further procurement exercise.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 2 - Health Physics Monitors without Portable Metrology
Lot No:  3
II.2.2)

Additional CPV code(s)

71700000  -  Monitoring and control services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Any Nuclear Decommissioning Authority funded site or organisation (PEs as listed in II.2.4) and any other UK Public Funded Organisation location (Listed in II.2.4)
II.2.4)

Description of the procurement

Provision of Health physics monitoring surveyors resources and other health physics monitoring resources with portable metrology but to include manual assistance in decommissioning and waste management operations to the Participating Entities and other UK Public Funded Organisations.
The full scope of services is set out in the Invitation to Tender.
The Participating Entities (PEs) of the Nuclear Decommissioning Authority Estate are as listed above in Section II.2.4 for Lot 1.
The other UK Public Funded Organisations are as listed above in Section II.2.4 for Lot 1.
This procurement process will be conducted under in accordance with the Open Procedure pursuant to Regulation 27 of the Public Contracts Regulations 2015.
The contact details for organisations to obtain further information and tender requirements are set out in Section I.1 of this Notice.
Please note that all communication must be made via the messaging function in the CTM system, which is the electronic portal being used by the contracting authority for this procurement.
The estimated value of spend across the three Lots (Lots 1, 2 and 3) is projected to value between £71,000,000.00 and £107,000,000.00 (seventy one million and one hundred and seven million pounds).
The estimated value of this Lot (Lot 3) is projected to value between £4,000,000.00 and £6,000,000.00 (four million and 6 million pounds). A maximum of 3 suppliers will be awarded framework contracts under this Lot.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 6000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
Service continuity will be required at the completion of the contract and will be subject to a further procurement exercise.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.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 IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  9
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  19/06/2017
Local time:  11:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  19/12/2017
IV.2.7)

Conditions for opening of tenders

Date:  19/06/2017
Local time:  12:00
Place:  
Submitted Tenders will be opened electronically within the Complete
Tender Management system.

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
4 Years
VI.2)

Information about electronic workflows

Electronic ordering will be used
VI.3)

Additional information

Candidates wishing to bid for any or all of Lots 1 to 3 must submit their tenders before the closing date and time set out in Section IV.2.2.
The procurement documents (which include the Invitation to Tender document) can be accessed via the link in Section I.3 of this notice.
Magnox Limited may terminate or suspend the award process at any time without incurring any cost or liability in total or in part including on a lot basis.
Magnox Limited does not bind itself to enter into any framework agreement or contract arising out of the procedures envisaged by this notice.
No contractual rights expressed or implied arise out of this notice or the procedures envisaged by it.
Magnox Limited will not be liable in any way to any candidate or tenderer for any costs incurred in connection with this procurement process.
Magnox Limited reserves the right to disqualify any candidate who provides information or confirmations which later prove to be untrue or incorrect; does not supply the information required by this notice or by the Invitation to Tender or as otherwise directed by Magnox Limited during the procurement process; or fulfils any one or more of the criteria stated in the
Invitation to Tender (including Regulation 57 of the Public Contracts Regulations 2015).
Any resulting framework agreement or contracts will be considered contracts made in England according to English and Welsh law.
Tenderers will be required to submit a single response to the Standard Qualification Questions and individual responses to the Award Questions for each of the 3 Lots.
VI.4)

Procedures for review

VI.4.1)

Review body

Magnox Ltd
Oldbury Technical Centre
Oldbury Nate, Thornbury
BS35 1RQ
UK
Telephone: +44 1797343515
Internet address: www.magnoxsites.com

VI.4.2)

Body responsible for mediation procedures

London Court of International Arbitration
70 Fleet Street
London
EC4 1EU
UK
Telephone: +44 2079367007
Fax: +44 2079367008
Internet address: http://www.lcia.org

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Precise information on deadline(s) for review procedures:
Part 3 of the Public Contracts Regulations 2015 addresses the remedies available to economic operators. Magnox Limited will incorporate a minimum of ten (10) calendar days standstill period in accordance with Regulation 87 of the Public Contracts Regulations 2015 prior to concluding the award of any framework agreement pursuant to this notice. In the first
instance, potentially aggrieved economic operators should notify Magnox Limited of an appeal.
VI.5)

Date of dispatch of this notice

11/05/2017