Tender

Stack Characterisation and Evaluation and Dispersed Oil Particulate filter testing

  • Magnox Ltd

F02: Contract notice

Notice identifier: 2021/S 000-029118

Procurement identifier (OCID): ocds-h6vhtk-02f92d

Published 23 November 2021, 10:12am



Section one: Contracting authority

one.1) Name and addresses

Magnox Ltd

Oldbury Technical Centre

Thornbury

BS35 1RQ

Contact

Castel Fairlie

Email

castel.fairlie@magnoxsites.com

Country

United Kingdom

NUTS code

UK - United Kingdom

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=14128&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=14128&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

Stack Characterisation and Evaluation and Dispersed Oil Particulate filter testing

Reference number

EN_EN_Stack Charactisation

two.1.2) Main CPV code

  • 90711500 - Environmental monitoring other than for construction

two.1.3) Type of contract

Services

two.1.4) Short description

Lot 1 Stack Characterisation and Evaluation and Dispersed Oil Particulate filter testing for Harwell and Winfrith Sites. Lot 2 Dispersed Oil Particulate Filter testing HEPA Filter Testing for Berkeley, Oldbury, Wylfa (other Magnox sites as required)

two.1.5) Estimated total value

Value excluding VAT: £518,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Lot 1 Stack Characterisation and Evaluation and Dispersed Oil Particulate filter testing at Harwell and Winfrith

Lot No

1

two.2.2) Additional CPV code(s)

  • 90700000 - Environmental services
  • 90720000 - Environmental protection
  • 98113100 - Nuclear safety 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

The atmospheric discharge EPR permit 2010 (England and Wales) applies to the operations of the Employer on the Nuclear Licensed Site. The Contractor shall provide the services for aerial discharge sampling systems located on the Magnox Harwell and Winfrith Sites.

The Service provider shall further provide the services for HEPA filters to be tested as used for particulate discharge abatement and operational protection.

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: £315,000

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

Duration in months

60

This contract is subject to renewal

No

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) Description

two.2.1) Title

Lot 2 - Dispersed Oil Particulate Filter testing HEPA Filter Testing for Berkeley, Oldbury, Wylfa (other Mag

Lot No

2

two.2.2) Additional CPV code(s)

  • 90700000 - Environmental services
  • 90720000 - Environmental protection
  • 98113100 - Nuclear safety 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

The Contractor provides the design, management and execution of Radiological HEPA Filter Testing and related services at Berkeley, Oldbury, Wylfa and other sites as 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: £192,000

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

Duration in months

60

This contract is subject to renewal

No

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

As per requirement of the SQ and ITT documents

three.1.2) Economic and financial standing

List and brief description of selection criteria

As stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

As stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in the procurement documents

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

Open procedure

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

13 January 2022

Local time

12:00pm

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

13 January 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

As stated in the procurement documents

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. 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.

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

Magnox Limited

Thornbury

Country

United Kingdom