Section one: Contracting authority
one.1) Name and addresses
Magnox Limited
Oldbury Naite
Thornbury
BS35 1RQ
Contact
Nicola Smith-Lee
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
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
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
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
Country
United Kingdom
Internet address
https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice