Tender

Berkeley Blower House Remediation

  • Magnox Ltd

F02: Contract notice

Notice identifier: 2021/S 000-017413

Procurement identifier (OCID): ocds-h6vhtk-02cb73

Published 22 July 2021, 6:42pm



Section one: Contracting authority

one.1) Name and addresses

Magnox Ltd

Oldbury Technical Centre

Thornbury

BS35 1RQ

Contact

Sarah Deeble

Email

Sarah.j.deeble@magnoxsites.com

Telephone

+44 7710063035

Country

United Kingdom

NUTS code

UKK - South West (England)

National registration number

2264251

Internet address(es)

Main address

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

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=13642&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=13642&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

Berkeley Blower House Remediation

Reference number

BRK/2021-22/SDLBAJ

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

The works are the emptying and demolition of the sites Reactor Safestore four (4no) Blower Houses and subsequent making good to the weather envelope of the adjoining Reactor Safestore buildings.

two.1.5) Estimated total value

Value excluding VAT: £15,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45262660 - Asbestos-removal work
  • 45100000 - Site preparation work
  • 45111100 - Demolition work

two.2.3) Place of performance

NUTS codes
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
Main site or place of performance

Berkeley Nuclear Licensed Site

two.2.4) Description of the procurement

The project objective for the Works is to retrieve all stored ductwork and associated steelwork for waste consignment by the Employer, removals, cleaning and disposal of asbestos within the Blower Houses, undertaking of C&M Preparation or enabling works, demolition of 4no Blower Houses and the disposal of the inert building fabric materials.

It is currently anticipated that the contract term will be 6 years, although the exact duration will be subject to the tenderers proposed programmes for the works and negotiation.

The definition of completion for the Works is foreseen to be achieved when the following has been completed

• All primary circuit ductwork and associated support steelwork retrieved and transfer of ownership to the waste processing contractor for waste radiological characterisation,

• All conventional inert and hazardous materials removed from site,

• The Blower Houses demolished to surrounding ground surface level,

• Radiological contamination cleaned with debris and waste transferred to the Employers Waste Team,

• Completion of all Care & Maintenance Preparation works in readiness for quiescent period including: New protective weatherproof envelopes, Lower secondary shield openings sealed, Sealing of gas circulation duct penetrations, Construction of flood protection, Secure permanent barriers to deter unauthorised access, Installation of new lighting,

• Long term water management strategy accepted and implemented for rainfall within residual Blower House open voids, and

• Adjoining Safestore buildings and resulting Blower Houses basements and voids left in a safe state for transfer to C&M quiescent period.

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: £15,000,000

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

Duration in months

72

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: 5

Objective criteria for choosing the limited number of candidates:

As set out in the Selection Questionnaire Bidder Guidance

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 Guidance Document and the Expression of Interest Document available on Sellafield Limited Complete Tender Management system (CTM).

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

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).

three.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 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

25 August 2021

Local time

5:00pm

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

21 September 2021

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

Duration in months: 12 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Courts of England and Wales

Royal Courts of Justice, Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

www.justice.gov.uk

six.4.2) Body responsible for mediation procedures

N/A

N/A

Country

United Kingdom

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.