Section one: Contracting authority
one.1) Name and addresses
Magnox Ltd
Oldbury Technical Centre
Thornbury
BS35 1RQ
Contact
Sarah Deeble
Sarah.j.deeble@magnoxsites.com
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
2264251
Internet address(es)
Main address
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=13854&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=13854&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
Decommissioning & Asbestos Removal (DAR) framework
Reference number
DAR/FW/002
two.1.2) Main CPV code
- 45110000 - Building demolition and wrecking work and earthmoving 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.1.5) Estimated total value
Value excluding VAT: £485,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Conventional Deplanting, Asbestos Removal and Demolition
Lot No
1
two.2.2) Additional CPV code(s)
- 45111000 - Demolition, site preparation and clearance work
- 45111100 - Demolition work
- 45111300 - Dismantling works
- 45262660 - Asbestos-removal work
- 79723000 - Waste analysis services
- 90650000 - Asbestos removal services
- 90722200 - Environmental decontamination services
- 98391000 - Decommissioning services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Magnox Sites - Hinkley Point A, Oldbury, Berkeley, Trawsfynydd, Wylfa, Chapelcross, Hunterston A, Sizewell A, Dungeness A, Harwell and Winfrith
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
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: £285,000,000
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
The framework will be for four years with two one-year optional extensions, making for a total framework duration of six years.
The exceptional characteristics detailed in the Invitation to Tender document which is available through CTM.
(box restricted to 400 characters!)
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 4
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
two.2.14) Additional information
As set out in the procurement documentation the intention is to award frameworks to 3 to 4 tenderers for this Lot
two.2) Description
two.2.1) Title
Active Deplanting, Asbestos Removal and Demolition
Lot No
2
two.2.2) Additional CPV code(s)
- 45111000 - Demolition, site preparation and clearance work
- 45111100 - Demolition work
- 45111300 - Dismantling works
- 45262660 - Asbestos-removal work
- 79723000 - Waste analysis services
- 90650000 - Asbestos removal services
- 90722200 - Environmental decontamination services
- 98391000 - Decommissioning services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Magnox Sites - Hinkley Point A, Oldbury, Berkeley, Trawsfynydd, Wylfa, Chapelcross, Hunterston A, Sizewell A, Dungeness A, Harwell and Winfrith
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 deplanting and demolition.
• Environmental assessment.
• 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 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 Contractor’s 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.
• Deplanting of radiological buildings and equipment.
• Deplanting of Plant and Equipment, including lifting and the setting down of heavy items.
• Radiological Decontamination of plant and structures prior to D&D.
• Decommissioning of plant and equipment, including cooling pond furniture removal.
• Decommissioning and de-planting of active and non-active water treatment plants, active laundry buildings, and structures associated with waste retrieval and processing.
• Decommissioning and deplanting of radiologically contaminated tanks.
• Decommissioning of switchgear and associated plant.
• Boiler house and Reactor Building de-planting.
• Demolition of non-contaminated structures, offshore structures, and sewage systems.
• Removal of hard-standings and roads.
• 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.
• Disposal off site of scrap metal arising on site.
• Land remediation.
• Waste segregation, minimisation, and disposal via appropriate waste routes.
• Project management to deliver end to end projects, manage subcontractors and act as Principal Contractor.
• 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
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: £200,000,000
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
The framework will be for four years with two one-year optional extensions, making for a total framework duration of six years.
The exceptional characteristics detailed in the Invitation to Tender document which is available through CTM.
(box restricted to 400 characters!)
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 4
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
two.2.14) Additional information
As set out in the procurement documentation the intention is to award frameworks to 3 to 4 tenderers for this Lot
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).
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 8
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 000-005380
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 December 2021
Local time
11:00am
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
16 February 2022
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: 27 April 2023
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
Royal Courts of Justice
Strand
London
London
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand
London
London
Country
United Kingdom
Internet address
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.