Opportunity

Magnox - HP3 Qualification - Cat 1: Health Physics Professional Resource

  • Magnox Ltd
  • LLW Repository Ltd (LLWR)
  • Dounreay Site Restoration Ltd (DSRL)
  • National Nuclear Laboratory (NNL)
  • Sellafield Ltd

F02: Contract notice

Notice reference: 2021/S 000-028728

Published 17 November 2021, 3:42pm



Section one: Contracting authority

one.1) Name and addresses

Magnox Ltd

Oldbury Technical Centre

Thornbury

Oldbury Naite

Contact

Chris Ward

Email

christopher.ward@magnoxsites.com

Telephone

+44 7534837911

Country

United Kingdom

NUTS code

UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area

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.1) Name and addresses

LLW Repository Ltd (LLWR)

Pelham House

Calderbridge

CA20 1DB

Contact

Rob McDonald

Email

Rob.A.McDonald@llwrsite.com

Country

United Kingdom

NUTS code

UKD1 - Cumbria

National registration number

5608448

Internet address(es)

Main address

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

one.1) Name and addresses

Dounreay Site Restoration Ltd (DSRL)

Pelham House

Thurso

KW14 7TZ

Contact

Emma Gordon

Email

Emma.Gordon@dounreay.com

Country

United Kingdom

NUTS code

UKM5 - North Eastern Scotland

National registration number

5608448

Internet address(es)

Main address

https://www.gov.uk/government/organisations/dounreay

one.1) Name and addresses

National Nuclear Laboratory (NNL)

Pelham House

Warrington

WA3 6AE

Contact

Rabia Khan

Email

rabia.khan@uknnl.com

Country

United Kingdom

NUTS code

UKD6 - Cheshire

National registration number

5608448

Internet address(es)

Main address

https://www.nnl.co.uk/

one.1) Name and addresses

Sellafield Ltd

Pelham House

Whitehaven

CA20 1PG

Contact

Tony Davis

Email

tony.davis@sellafieldsites.com

Country

United Kingdom

NUTS code

UKD1 - Cumbria

National registration number

5608448

Internet address(es)

Main address

https://www.gov.uk/government/organisations/sellafield-ltd

one.2) Information about joint procurement

The contract involves joint procurement

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=14149&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=14149&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

Magnox - HP3 Qualification - Cat 1: Health Physics Professional Resource

Reference number

Magnox-HP3-DPS

two.1.2) Main CPV code

  • 90721600 - Radiation protection services

two.1.3) Type of contract

Services

two.1.4) Short description

Magnox Ltd is creating the Health Physics 3 (HP3) dynamic purchasing system (DPS) which will be open for use by Magnox, DSRL, LLWR, NNL and Sellafield (the Participating Entities).

This opportunity is a collaborative procurement for the provision of health physics monitoring surveyors resources and other health physics monitoring resources with portable metrology but to include manual assistance in decommissioning and waste management operations

The following services which shall be procured using a Dynamic Purchasing System (DPS):

Category 1) Health physicists including Radiation Protection Advisers to provide health physics advice and training to staff, subcontractors and visitors

Category 2) Health physics monitoring surveyors resource and other health physics support resource, without portable metrology

Category 3) Health physics monitoring surveyors resource and other health physics support resource supplied with portable metrology instruments.

two.1.5) Estimated total value

Value excluding VAT: £107,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71700000 - Monitoring and control services

two.2.3) Place of performance

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

Thornbury

two.2.4) Description of the procurement

Provision of Health physics monitoring surveyors resources and other health physics monitoring resources with portable metrology but to include manual assistance in decommissioning and waste management operations to the Participating Entities.

The Participating Entities (PEs) of the Nuclear Decommissioning Authority Estate are:

1) Dounreay Site Restoration Limited (DSRL), Caithness, Scotland.

2) LLW Repository Limited (LLWR),Cumbria, England,

3) Magnox Limited comprising twelve sites:

I. Berkeley, Gloucestershire, England;

II. Bradwell, Essex, England;

III. Chapelcross, Dumfriesshire, Scotland;

IV. Dungeness A, Kent, England;

V. Hinkley A, Somerset, England;

VI. Hunterston A, Ayrshire, Scotland;

VII. Oldbury, Gloucestershire, England;

VIII. Sizewell A, Suffolk, England;

IX. Trawsfynydd, North Wales;

X. Wylfa, Anglesey, Wales,

XI. Harwell, Abingdon, Oxfordshire

XII. Winfrith, Dorset

4) Sellafield Limited, Cumbria, England,

5) National Nuclear Laboratory (NNL), Cumbria, England.

The HP3 DPS has three categories:

Category 1 – Health Physics Professional Resource

Category 2 – Health Physics Monitoring Resource (without portable metrology)

Category 3 – Health Physics Monitoring Resource (with portable metrology)

Candidates can apply for pre-qualification against one or more categories to gain access to award stage work packages. Please note that pre-qualification remains open and live for the duration of the DPS, therefore a pre-qualification response can be submitted at any time.

Please use the complete tender management (CTM) system via the following link to view the opportunity: https://sharedsystems.eu-supply.com/

Please look for the following CTM reference numbers:

Category 1 – HP Professional Resource – 13770;

Category 2 – HP Monitoring Resource (without portable metrology) – 13769

Category 3 – HP Monitoring Resource (with portable metrology) – 13768.

Note that the value provided in Section II.1.5) is only an estimate and no guarantee of value or volume of work through the DPS can be offered.

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: £107,000,000

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

Start date

18 November 2021

End date

31 March 2029

This contract is subject to renewal

Yes

Description of renewals

The Participating Entities named in this Contract Notice may enter into a contract with a supplier for a period of their determining which may exceed the 4-year duration of the DPS, should this agreement be terminated at any time. The flexibility of the contracting period allows participating entities to determine appropriate contracting timelines for their delivery needs.

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

Candidates will be assessed on their response to the selection criteria in their request to participate for a place on the HP3 DPS.

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

Accelerated procedure

Justification:

PIN Published and Dynamic Purchasing System used

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

The procurement involves the setting up of a dynamic purchasing system

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

31 March 2029

Local time

12:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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.

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

Magnox Ltd

Thornbury

Country

United Kingdom