Contract notice

Information

Published

Expire date: 13/01/2022

External Reference: 2021-464128

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: Castel Fairlie
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=14128&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

Stack Characterisation and Evaluation and Dispersed Oil Particulate filter testing
Reference number:  EN_EN_Stack Charactisation
II.1.2)

Main CPV code

90711500  -  Environmental monitoring other than for construction
II.1.3)

Type of contract

Services
II.1.4)

Short description

Lot 1 Stack Characterisation and Evaluation and Dispersed Oil Particulate filter testing for Harwell and Winfrith Sites. Lot 2 Dispersed Oil Particulate Filter testing HEPA Filter Testing for Berkeley, Oldbury, Wylfa (other Magnox sites as required)
II.1.5)

Estimated total value

Value excluding VAT: 518000.00  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:  2
II.2)

Description

II.2.1)

Title

Lot 1 Stack Characterisation and Evaluation and Dispersed Oil Particulate filter testing at Harwell and Winfrith
Lot No:  1
II.2.2)

Additional CPV code(s)

90700000  -  Environmental services
90720000  -  Environmental protection
98113100  -  Nuclear safety services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Thornbury
II.2.4)

Description of the procurement

The atmospheric discharge EPR permit 2010 (England and Wales) applies to the operations of the Employer on the Nuclear Licensed Site. The Contractor shall provide the services for aerial discharge sampling systems located on the Magnox Harwell and Winfrith Sites.
The Service provider shall further provide the services for HEPA filters to be tested as used for particulate discharge abatement and operational protection.
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: 315000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
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 - Dispersed Oil Particulate Filter testing HEPA Filter Testing for Berkeley, Oldbury, Wylfa (other Mag
Lot No:  2
II.2.2)

Additional CPV code(s)

90700000  -  Environmental services
90720000  -  Environmental protection
98113100  -  Nuclear safety services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Thornbury
II.2.4)

Description of the procurement

The Contractor provides the design, management and execution of Radiological HEPA Filter Testing and related services at Berkeley, Oldbury, Wylfa and other sites as 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: 192000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
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:  As per requirement of the SQ and ITT documents
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
As stated in the procurement documents
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
As stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As stated in the procurement 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

Open 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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  13/01/2022
Local time:  12:00
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

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  13/01/2022
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

As stated in the procurement documents
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 Limited
Thornbury
UK