Contract notice

Information

Published

Date of dispatch of this notice: 28/09/2020

Expire date: 29/10/2020

External Reference: 2020-476509

TED Reference: 2020/S 192-465198

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Magnox Ltd
2264251
Magnox Ltd
Oldbury Nate
Oldbury Technical Ce
UK
Contact person: Steven Lock
Telephone: +44 1797343515
Internet address(es):
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=12886&B=SELLAFIELD
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:  Nuclear Decommissioning

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Magnox Ltd - Asbestos Monitoring 2021-2025 RFI
Reference number:  Mx-AM-2021-2025
II.1.2)

Main CPV code

71620000  -  Analysis services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Provision of resources to provide Asbestos Containing Material (ACM) monitoring activities; Provision of UKAS Accredited Laboratories for ACM air filter and bulk sample analysis, Site Asbestos Register (SAR) input and updates and Occupational Hygiene Services.
II.1.5)

Estimated total value

Value excluding VAT: 24400000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  one lot only
II.2)

Description

II.2.1)

Title

Asbestos Analytical Services - Northern Sites
Lot No:  1
II.2.2)

Additional CPV code(s)

71631300  -  Technical building-inspection services
71900000  -  Laboratory services
II.2.3)

Place of performance

Main site or place of performance:  
Any Magnox Ltd Site
II.2.4)

Description of the procurement

Analytical Services are required to enable Magnox Ltd to comply with its responsibilities under The Control of Asbestos Regulations 2012, the services required include the following:
Provision of SQEP resources to provide Asbestos Containing Materials (ACM) monitoring activities; including:
Air monitoring:
Four stage clearance air monitoring including issue of Certificate of Cleanliness.
Reassurance Air Tests.
Leak Air Tests.
Background Air Tests.
Personal Air Monitoring / testing,
Undertaking ACM Surveys (management & refurbishment and demolition),
Bulk Monitoring,
Provision and management of UKAS Accredited Laboratories for ACM air filter and bulk
sample analysis,
Site Asbestos Register (SAR) input & updates.
Provision of Occupational Hygiene Services,
SEM and Soil analysis
The services for this Lot will be performed at the following Magnox Ltd Locations:
Hunterston A Site
Chapelcross Site
Wylfa Site
Maentwrog Hydro Site
Trawsfynydd Site
Sizewell A Site
Bradwell Site
Magnox Ltd reserves the right to permit the Contractor assigned to the either Lot to take over the Analytical Services of either the whole Lot or individual sites for both Core and Project support services.
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: 12200000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5  /  Maximum number: 8
Objective criteria for choosing the limited number of candidates:
As indicated in the attached Standard Qualification Questionnaire.
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

Asbestos Analytical Services - Southern Sites
Lot No:  2
II.2.2)

Additional CPV code(s)

71631300  -  Technical building-inspection services
71900000  -  Laboratory services
II.2.3)

Place of performance

Main site or place of performance:  
Any Magnox Ltd Site
II.2.4)

Description of the procurement

Analytical Services are required to enable Magnox Ltd to comply with its responsibilities under The Control of Asbestos Regulations 2012, the services required include the following:
Provision of SQEP resources to provide Asbestos Containing Materials (ACM) monitoring activities; including:
Air monitoring:
Four stage clearance air monitoring including issue of Certificate of Cleanliness.
Reassurance Air Tests.
Leak Air Tests.
Background Air Tests.
Personal Air Monitoring / testing,
Undertaking ACM Surveys (management & refurbishment and demolition),
Bulk Monitoring,
Provision and management of UKAS Accredited Laboratories for ACM air filter and bulk
sample analysis,
Site Asbestos Register (SAR) input & updates.
Provision of Occupational Hygiene Services,
SEM and Soil analysis
The services for this Lot will be performed at the following Magnox Ltd Locations:
Berkeley Site
Oldbury Site
Oldbury Technical Centre
Harwell Site
Winfrith Site
Hinkley Point A Site
Dungeness A Site
Magnox Ltd reserves the right to permit the Contractor assigned to the either Lot to take over the Analytical Services of either the whole Lot or individual sites for both Core and Project support services.
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: 12200000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5  /  Maximum number: 8
Objective criteria for choosing the limited number of candidates:
As indicated in the attached Standard Qualification Questionnaire.
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.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Suppliers will be required to hold UKAS ISO17020 Accreditation in the field
of Inspection for Surveying for asbestos in premises. Type and Range of Inspection is expected to include Management survey, Refurbishment and demolition survey, re-inspection within industrial premises suspected asbestos containing material in surveyed premises and
Priority assessments.
UKAS Accreditation is required to ISO17025 for laboratories that will provide air filter and bulk sample analysis.
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.2.2)

Contract performance conditions

Requirements for Service Level Agreements and Key Performance Indicators will be detailed within the Invitation to Tender (RFQ) documents.
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

Restricted procedure
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2020/S 164-399642
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  29/10/2020
Local time:  11:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 13/11/2020
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:  29/03/2021

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

Royal Courts of Justice
Strand
London
London
UK
Internet address: http://www.justice.gov.uk

VI.4.2)

Body responsible for mediation procedures

Royal Courts of Justice
Strand
London
London
UK
Internet address: http://www.justice.gov.uk

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Precise information on deadline(s) for review procedures:
Any appeals should be promptly brought to the attention of the contact specified in Section I above, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescales specified by the applicable law, including without limitation, the Public Contracts Regulations 2015. In accordance with the Public Contracts Regulations 2015, the Contracting Authority will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.
VI.4.4)

Service from which information about the review procedure may be obtained

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