II.1)
Scope of the procurement
Decommissioning & Asbestos Removal (DAR) framework
Reference number:
DAR/FW/002
45110000
-
Building demolition and wrecking work and earthmoving work
Works
II.1.4)
Short description
A framework contract for decommissioning, deplanting and asbestos removal works across the Magnox sites, comprising two 'Lots': Lot 1 - Conventional Deplanting, Asbestos Removal and Demolition. Lot 2 - Deplanting, Asbestos Removal and Demolition in Radiological contaminated areas
II.1.5)
Estimated total value
Value excluding VAT: 485000000.00
GBP
II.1.6)
Information about lots
This contract is divided into lots:
yes
Tenders may be submitted for
all lots
Conventional Deplanting, Asbestos Removal and Demolition
Lot No:
1
II.2.2)
Additional CPV code(s)
45111000
-
Demolition, site preparation and clearance work
45111100
-
Demolition work
45111300
-
Dismantling works
45262660
-
Asbestos-removal work
79723000
-
Waste analysis services
90650000
-
Asbestos removal services
90722200
-
Environmental decontamination services
98391000
-
Decommissioning services
II.2.3)
Place of performance
NUTS code:
UK -
UNITED KINGDOM
Main site or place of performance:
Magnox Sites - Hinkley Point A, Oldbury, Berkeley, Trawsfynydd, Wylfa, Chapelcross, Hunterston A, Sizewell A, Dungeness A, Harwell and Winfrith
II.2.4)
Description of the procurement
The scope of services required to support this aspect of the programme includes (but is not limited to) the following requirements from the supply chain:
• Civil, mechanical, and electrical enabling works required to support the scope of asbestos remediation, deplanting and demolition;
• Environmental assessment
• Deplanting of non-radiological buildings and equipment;
• Deplanting of Plant and Equipment including lifting and the setting down of heavy items;
• Decommissioning of plant and equipment;
• Bulk stripping, treatment, and stabilisation of Asbestos Containing Materials (ACM) following Magnox procedures for both inside and outside the Radiological Controlled Areas (RCA).
• This scope will include the movement/disposal of ACM to an approved point, which may include landfill or storage points at Sites.
• Environmental Cleaning. This will be required to give assurance that the permissible exposure limit (PEL) as set by OSHA are not exceeded for the deplanting and demolition of Magnox Sites.
• Access Systems and Enclosures. Includes, but not limited to, installation and deployment of access systems including scaffolding, powered access systems, roped access and any other system of providing site staff and Contractors’ access to various locations at each of the facilities for the purposes of undertaking surveying, characterisation, full bulk asbestos stripping treatment & stabilisation, monitoring, and environmental cleaning.
• Demolition of non-radiologically contaminated structures, offshore structures, tanks, and sewage systems.
• Removal of hard-standings and roads.
• Land remediation.
• Making good the surrounding areas or buildings where partial demolition has taken place in line with the Code of Practice for full or partial demolition.
• Decommissioning of switchgear and associated plant.
• Disposal off site of scrap metal arising on site.
• Waste segregation, minimisation, and disposal via appropriate waste routes; this excludes radiologically contaminated waste.
• Project management to deliver end to end projects, manage subcontractors and act as Principal Contractor where required.
• The scope also includes for the provision of professional services to undertake planning, scope definition, temporary works design, design activities and project management when required.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 285000000.00
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:
The framework will be for four years with two one-year optional extensions, making for a total framework duration of six years.
The exceptional characteristics detailed in the Invitation to Tender document which is available through CTM.
(box restricted to 400 characters!)
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged minimum number:
3
/
Maximum number:
4
Objective criteria for choosing the limited number of candidates:
As set out in the Expression of Interest Document.
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.2.14)
Additional information
As set out in the procurement documentation the intention is to award frameworks to 3 to 4 tenderers for this Lot
Active Deplanting, Asbestos Removal and Demolition
Lot No:
2
II.2.2)
Additional CPV code(s)
45111000
-
Demolition, site preparation and clearance work
45111100
-
Demolition work
45111300
-
Dismantling works
45262660
-
Asbestos-removal work
79723000
-
Waste analysis services
90650000
-
Asbestos removal services
90722200
-
Environmental decontamination services
98391000
-
Decommissioning services
II.2.3)
Place of performance
NUTS code:
UK -
UNITED KINGDOM
Main site or place of performance:
Magnox Sites - Hinkley Point A, Oldbury, Berkeley, Trawsfynydd, Wylfa, Chapelcross, Hunterston A, Sizewell A, Dungeness A, Harwell and Winfrith
II.2.4)
Description of the procurement
The scope of services required to support this aspect of the programme, includes (but is not limited to) the following requirements from the supply chain:
• Civil, mechanical, and electrical enabling works required to support the scope of deplanting and demolition.
• Environmental assessment.
• Bulk stripping, treatment, and stabilisation of Asbestos Containing Materials (ACM) following Magnox procedures for both inside and outside the Radiological Controlled Areas (RCA).
• This scope will include the disposal of ACM to an approved point, which may include landfill or storage points at Sites.
• Environmental Cleaning. This will be required to give assurance that the permissible exposure limit (PEL) as set by OSHA are not exceeded for the deplanting and demolition of Magnox Sites.
• Access Systems and Enclosures. Includes, but not limited to, installation and deployment of access systems including scaffolding, powered access systems, roped access and any other system of providing site staff and Contractor’s access to various locations at each of the facilities for the purposes of undertaking surveying, characterisation, full bulk asbestos stripping treatment & stabilisation, monitoring, and environmental cleaning.
• Deplanting of radiological buildings and equipment.
• Deplanting of Plant and Equipment, including lifting and the setting down of heavy items.
• Radiological Decontamination of plant and structures prior to D&D.
• Decommissioning of plant and equipment, including cooling pond furniture removal.
• Decommissioning and de-planting of active and non-active water treatment plants, active laundry buildings, and structures associated with waste retrieval and processing.
• Decommissioning and deplanting of radiologically contaminated tanks.
• Decommissioning of switchgear and associated plant.
• Boiler house and Reactor Building de-planting.
• Demolition of non-contaminated structures, offshore structures, and sewage systems.
• Removal of hard-standings and roads.
• Making good the surrounding areas or buildings where partial demolition has taken place in line with the Code of Practice for full or partial demolition.
• Disposal off site of scrap metal arising on site.
• Land remediation.
• Waste segregation, minimisation, and disposal via appropriate waste routes.
• Project management to deliver end to end projects, manage subcontractors and act as Principal Contractor.
• The scope also includes for the provision of professional services to undertake planning, scope definition, temporary works design, design activities and project management when required.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 200000000.00
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:
The framework will be for four years with two one-year optional extensions, making for a total framework duration of six years.
The exceptional characteristics detailed in the Invitation to Tender document which is available through CTM.
(box restricted to 400 characters!)
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged minimum number:
3
/
Maximum number:
4
Objective criteria for choosing the limited number of candidates:
As set out in the Expression of Interest Document
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.2.14)
Additional information
As set out in the procurement documentation the intention is to award frameworks to 3 to 4 tenderers for this Lot