Tender

Calibration & Maintenance of Radiological Measuring Instruments Services

  • Magnox LTD

F02: Contract notice

Notice identifier: 2022/S 000-012045

Procurement identifier (OCID): ocds-h6vhtk-0335aa

Published 9 May 2022, 4:31pm



Section one: Contracting authority

one.1) Name and addresses

Magnox LTD

Oldbury Technical Centre

Thornbury, South Glos

BS35 1RQ

Contact

Katie Bateman

Email

Katie.bateman@magnoxsites.com

Telephone

+44 1453813756

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/case-studies/shared-services-alliance-ssa-for-nuclear-decommissioning-estate

Buyer's address

https://sharedsystems.eu-supply.com/ctm/Company/CompanyInformation/Index/3510

one.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=15841&B=SELLAFIELD

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15841&B=SELLAFIELD

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

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

Calibration & Maintenance of Radiological Measuring Instruments Services

Reference number

Metrology 2022

two.1.2) Main CPV code

  • 71336000 - Engineering support services

two.1.3) Type of contract

Services

two.1.4) Short description

Calibration & Maintenance of Radiological Measuring Instruments Services divided into 2 lots: Lot 1 - Installed Lot 2 - Portable

two.1.5) Estimated total value

Value excluding VAT: £8,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1 Installed & Lot 2 portable

two.2) Description

two.2.1) Title

Lot 1 Installed - Calibration & Maintenance of Radiological Measuring Instruments Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 38410000 - Metering instruments

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

All Magnox Sites

two.2.4) Description of the procurement

Calibration & Maintenance of Radiological Measuring Instruments Services - Lot 1

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: £4,400,000

two.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

48 months duration (3 years with 12 months optional period) with expectation that this service will continue to be required at the end of this period, if this is the case then a new call for competition will be initiated.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

3 year with optional period of 12 months

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Refer to ITT documents

two.2) Description

two.2.1) Title

Lot 2 Portable - Calibration & Maintenance of Radiological Measuring Instrument Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 38410000 - Metering instruments

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

All Magnox Sites

two.2.4) Description of the procurement

Calibration & Maintenance of Radiological Measuring Instruments Services - Lot 2

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: £3,600,000

two.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

48 months duration (3 years with 12 months optional period) with expectation that this service will continue to be required at the end of this period, if this is the case then a new call for competition will be initiated.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

3 year with optional period of 12 months

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Refer to ITT documents


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

As per requirements of SQ & ITT documents

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As per the requirements of SQ & ITT documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

6 July 2022

Local time

12:00pm

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: 6 January 2023

four.2.7) Conditions for opening of tenders

Date

6 July 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

As per requirements of SQ & ITT documents

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

London

Country

United Kingdom

Internet address

http://www.justice.gov.uk

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

London

London

Country

United Kingdom

Internet address

http://www.justice.gov.uk

six.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.

six.4.4) Service from which information about the review procedure may be obtained

Magnox Ltd

Oldbury Technical Centre

Thornbury, South Glos

BS35 1RQ

Country

United Kingdom