Opportunity

Dungeness Site boiler & ancillary equipment removal

  • Magnox Limited

F02: Contract notice

Notice reference: 2023/S 000-003732

Published 7 February 2023, 2:29pm



Section one: Contracting authority

one.1) Name and addresses

Magnox Limited

Oldbury Naite, Oldbury

Bristol

BS35 1RQ

Contact

Nicola Smith-Lee

Email

nicola.j.smith-lee@magnoxsites.com

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

2264251

Internet address(es)

Main address

https://www.gov.uk/government/organisations/magnox-ltd

Buyer's address

https://www.gov.uk/government/organisations/magnox-ltd

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://one-nda.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://one-nda.force.com/s/Welcome

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://one-nda.force.com/s/Welcome

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Nuclear Decommissioning.


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Dungeness Site boiler & ancillary equipment removal

two.1.2) Main CPV code

  • 45111000 - Demolition, site preparation and clearance work

two.1.3) Type of contract

Works

two.1.4) Short description

Removal of eight boilers and ancillary equipment, including demolition of buildings and safe removal of hazards such as asbestos containing materials.

See full description and Scope document for full details.

two.1.5) Estimated total value

Value excluding VAT: £90,100,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45111000 - Demolition, site preparation and clearance work
  • 42410000 - Lifting and handling equipment
  • 42416130 - Mechanical lifts
  • 42418000 - Lifting, handling, loading or unloading machinery
  • 45111100 - Demolition work
  • 45111300 - Dismantling works
  • 45222110 - Waste disposal site construction work
  • 45113000 - Siteworks
  • 90650000 - Asbestos removal services
  • 79723000 - Waste analysis services
  • 71312000 - Structural engineering consultancy services
  • 45262650 - Cladding works
  • 71313400 - Environmental impact assessment for construction
  • 42414100 - Cranes

two.2.3) Place of performance

NUTS codes
  • UKJ44 - East Kent
Main site or place of performance

Dungeness Site
Romney Marsh
Kent
TN29 9PP

two.2.4) Description of the procurement

Dungeness ‘A’ is a redundant nuclear power station located on the Romney Marsh in Kent. The power station ceased generation in 2006 and is currently undergoing decommissioning.

The scope of works is for the Contractor to undertake the role of “Principal Contractor” for the safe removal of all hazards including Asbestos Containing Materials (ACM’s), soft stripping internal fixtures, fittings & linings and removal of the Boilers, by pass ducts, main gas duct sections, suitable laydown and weatherproof storage. The safe demolition of the buildings adjoining the east and west faces of the reactor buildings of the Dungeness A Site, noting the Blower Halls and Central Control Block are reduced to slab level with other buildings reduced as stated in the scope of works and in accordance with BS6187:2011 Code of Practice for Full and Partial Demolition (Ref. 16.4.1).

To provide some idea of scale, Dungeness has eight boilers which will require removal and laydown. These are estimated at 7m in diameter and 21m long, they weigh approximately 700 tonnes each. Approximately 30% of the building structures currently on Site will be removed by the contract.

The Employer will apply for any necessary planning permissions and carry out any activities necessary to obtain the Planning Approval. The Contractor is to provide all management, documentation, labour, plant, equipment, and materials to remove the hazards, de-plant all equipment, lifting and removal of the Boilers, by pass ducts, main gas duct sections, suitable laydown and weatherproof storage, demolition of the buildings and make good weatherproof of remaining structures including site remediation.

The scope of this project includes the preparation and execution of all necessary investigation work such as ground, geological, ordnance, camera, flow surveys, etc. necessary to complete the scope of works.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £90,100,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

23 September 2024

End date

30 September 2030

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

As set out in the Expression of Interest document.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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 Bidder Guidance and the Expression of Interest documents which are available in Atamis.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

13 March 2023

Local time

11:00am

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

1 May 2023

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 31 March 2026


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Magnox Limited

Oldbury Naite, Oldbury

Bristol

BS35 1RQ

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/magnox-ltd

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with Chapter 6 of the Public Contracts Regulations 2015 (as amended).