Contract notice

Information

Published

Expire date: 17/01/2022

External Reference: 2021-457576

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Magnox Ltd
2264251
Oldbury Technical Centre
Thornbury
BS35 1RQ
UK
Contact person: Sarah Deeble
NUTS code:  UK -  UNITED KINGDOM
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=13854&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

Decommissioning & Asbestos Removal (DAR) framework
Reference number:  DAR/FW/002
II.1.2)

Main CPV code

45110000  -  Building demolition and wrecking work and earthmoving work
II.1.3)

Type of contract

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
II.2)

Description

II.2.1)

Title

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.
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: 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
II.2)

Description

II.2.1)

Title

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.
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: 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

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:  All requirements are set out in the Selection Questionnaire, Selection Questionnaire Guidance Document and the Expression of Interest Document available on Sellafield Limited Complete Tender Management system (CTM).
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

All requirements are set out in the Selection Questionnaire, Selection Questionnaire Guidance Document and the Expression of Interest Document available on Sellafield Limited Complete Tender Management system (CTM).

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted 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:  8
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 FTS: 2021/S 000-005380
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  20/12/2021
Local time:  11:00
IV.2.3)

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

Date: 16/02/2022
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:  27/04/2023

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

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.