Section one: Contracting authority
one.1) Name and addresses
Magnox Ltd
Oldbury Technical Centre
Thornbury
BS35 1RQ
Contact
Castel Fairlie
castel.fairlie@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=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
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.
six.4.4) Service from which information about the review procedure may be obtained
Magnox Limited
Thornbury
Country
United Kingdom