Contract

Decommissioning & Asbestos Removal (DAR) framework

  • Magnox Limited

F03: Contract award notice

Notice identifier: 2023/S 000-020830

Procurement identifier (OCID): ocds-h6vhtk-029c75

Published 19 July 2023, 4:22pm



Section one: Contracting authority

one.1) Name and addresses

Magnox Limited

Oldbury Naite

Thornbury

BS35 1RQ

Contact

Nicola Smith-Lee

Email

nicola.j.smith-lee@magnoxsites.com

Country

United Kingdom

Region code

UK - United Kingdom

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.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

Decommissioning & Asbestos Removal (DAR) framework

Reference number

DAR/FW/002 - Decommissioning & Asbestos Removal (DAR) Framework (CTM reference)

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

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.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £485,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 45111300 - Dismantling works
  • 45111100 - Demolition work
  • 45262660 - Asbestos-removal work
  • 98391000 - Decommissioning services
  • 45111300 - Dismantling works
  • 90650000 - Asbestos removal services
  • 79723000 - Waste analysis services
  • 90722200 - Environmental decontamination services

two.2.3) Place of performance

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

Magnox Sites:
Berkeley
Chapelcross
Dungeness
Harwell
Hinkley
Hunterston
Oldbury
Sizewell
Trawsfyndd
Winfrith
Wylfa

two.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.

two.2.5) Award criteria

Quality criterion - Name: Health & Safety / Weighting: 4%

Quality criterion - Name: Quality / Weighting: 7%

Quality criterion - Name: Environmental / Weighting: 4%

Quality criterion - Name: Technical / Weighting: 30%

Quality criterion - Name: Project Management / Weighting: 20%

Quality criterion - Name: Social Value / Weighting: 10%

Quality criterion - Name: Commercial / Weighting: 20%

Price - Weighting: 5%

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-029162


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 June 2023

five.2.2) Information about tenders

Number of tenders received: 15

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Celadon Alliance

Sharston Green Business Park, 1 Robeson Way, Manchester

Manchester

M22 4SW

Telephone

+44 1619472150

Country

United Kingdom

NUTS code
  • UKD3 - Greater Manchester
National registration number

2533043

Internet address

www.kdc.co.uk

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £485,000,000

Total value of the contract/lot: £1


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 June 2023

five.2.2) Information about tenders

Number of tenders received: 15

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

KAEFER LIMITED

Riverside House, Rolling Mill Road, Viking Industrial Park, Jarrow, Newcastle upon Tyne

Newcastle

NE32 3DP

Country

United Kingdom

NUTS code
  • UKC2 - Northumberland and Tyne and Wear
National registration number

03132937

Internet address

www.kaeferltd.co.uk

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £485,000,000

Total value of the contract/lot: £1


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 June 2023

five.2.2) Information about tenders

Number of tenders received: 15

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

KELTBRAY LIMITED

St Andrew’s House, Portsmouth Road, Esher, Surrey

Surrey

KT10 9TA

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £485,000,000

Total value of the contract/lot: £1


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 June 2023

five.2.2) Information about tenders

Number of tenders received: 15

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Nuvia Limited

3rd Floor Chadwick House, Birchwood Park, Risley, Warrington

Warrington

WA3 6AE

Country

United Kingdom

NUTS code
  • UKD61 - Warrington
National registration number

2063786

Internet address

www.nuvia.com

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £485,000,000

Total value of the contract/lot: £1


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 June 2023

five.2.2) Information about tenders

Number of tenders received: 15

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Costain Limited.

Costain House, Vanwall Business Park Maidenhead

Maidenhead

SL6 4UB

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £485,000,000

Total value of the contract/lot: £1


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Royal Courts Of Justice

Strand

London

WC2A 2LL

Email

RCJ.DCO@justice.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice