Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Berkeley Blower House Remediation

  • First published: 23 July 2021
  • Last modified: 23 July 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Magnox Ltd
Authority ID:
AA74565
Publication date:
23 July 2021
Deadline date:
25 August 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The project objective for the Works is to retrieve all stored ductwork and associated steelwork for waste consignment by the Employer, removals, cleaning and disposal of asbestos within the Blower Houses, undertaking of C&M Preparation or enabling works, demolition of 4no Blower Houses and the disposal of the inert building fabric materials.

It is currently anticipated that the contract term will be 6 years, although the exact duration will be subject to the tenderers proposed programmes for the works and negotiation.

The definition of completion for the Works is foreseen to be achieved when the following has been completed

• All primary circuit ductwork and associated support steelwork retrieved and transfer of ownership to the waste processing contractor for waste radiological characterisation,

• All conventional inert and hazardous materials removed from site,

• The Blower Houses demolished to surrounding ground surface level,

• Radiological contamination cleaned with debris and waste transferred to the Employers Waste Team,

• Completion of all Care & Maintenance Preparation works in readiness for quiescent period including: New protective weatherproof envelopes, Lower secondary shield openings sealed, Sealing of gas circulation duct penetrations, Construction of flood protection, Secure permanent barriers to deter unauthorised access, Installation of new lighting,

• Long term water management strategy accepted and implemented for rainfall within residual Blower House open voids, and

• Adjoining Safestore buildings and resulting Blower Houses basements and voids left in a safe state for transfer to C&M quiescent period.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Magnox Ltd

2264251

Oldbury Technical Centre

Thornbury

BS35 1RQ

UK

Contact person: Sarah Deeble

Telephone: +44 7710063035

E-mail: Sarah.j.deeble@magnoxsites.com

NUTS: UKK

Internet address(es)

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

I.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=13642&B=SELLAFIELD


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13642&B=SELLAFIELD


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Nuclear Decommissioning

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Berkeley Blower House Remediation

Reference number: BRK/2021-22/SDLBAJ

II.1.2) Main CPV code

45111000

 

II.1.3) Type of contract

Works

II.1.4) Short description

The works are the emptying and demolition of the sites Reactor Safestore four (4no) Blower Houses and subsequent making good to the weather envelope of the adjoining Reactor Safestore buildings.

II.1.5) Estimated total value

Value excluding VAT: 15 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45262660

45100000

45111100

II.2.3) Place of performance

NUTS code:

UKK1


Main site or place of performance:

Berkeley Nuclear Licensed Site

II.2.4) Description of the procurement

The project objective for the Works is to retrieve all stored ductwork and associated steelwork for waste consignment by the Employer, removals, cleaning and disposal of asbestos within the Blower Houses, undertaking of C&M Preparation or enabling works, demolition of 4no Blower Houses and the disposal of the inert building fabric materials.

It is currently anticipated that the contract term will be 6 years, although the exact duration will be subject to the tenderers proposed programmes for the works and negotiation.

The definition of completion for the Works is foreseen to be achieved when the following has been completed

• All primary circuit ductwork and associated support steelwork retrieved and transfer of ownership to the waste processing contractor for waste radiological characterisation,

• All conventional inert and hazardous materials removed from site,

• The Blower Houses demolished to surrounding ground surface level,

• Radiological contamination cleaned with debris and waste transferred to the Employers Waste Team,

• Completion of all Care & Maintenance Preparation works in readiness for quiescent period including: New protective weatherproof envelopes, Lower secondary shield openings sealed, Sealing of gas circulation duct penetrations, Construction of flood protection, Secure permanent barriers to deter unauthorised access, Installation of new lighting,

• Long term water management strategy accepted and implemented for rainfall within residual Blower House open voids, and

• Adjoining Safestore buildings and resulting Blower Houses basements and voids left in a safe state for transfer to C&M quiescent period.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 15 000 000.00  GBP

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

Duration in months: 72

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

As set out in the Selection Questionnaire Bidder Guidance

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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).

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.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).

III.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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 25/08/2021

Local time: 17:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 21/09/2021

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

High Courts of England and Wales

Royal Courts of Justice, Strand

London

WC2A 2LL

UK

Internet address(es)

URL: www.justice.gov.uk

VI.4.2) Body responsible for mediation procedures

N/A

N/A

UK

VI.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.

VI.5) Date of dispatch of this notice

22/07/2021

Coding

Commodity categories

ID Title Parent category
45262660 Asbestos-removal work Special trade construction works other than roof works
45111100 Demolition work Demolition, site preparation and clearance work
45111000 Demolition, site preparation and clearance work Building demolition and wrecking work and earthmoving work
45100000 Site preparation work Construction work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Sarah.j.deeble@magnoxsites.com
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.