Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Magnox Limited
Oldbury Naite
Thornbury
BS35 1RQ
UK
Contact person: Nicola Smith-Lee
E-mail: nicola.j.smith-lee@magnoxsites.com
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/magnox-ltd
Address of the buyer profile: https://www.gov.uk/government/organisations/magnox-ltd
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
Decommissioning & Asbestos Removal (DAR) framework
Reference number: DAR/FW/002 - Decommissioning & Asbestos Removal (DAR) Framework (CTM reference)
II.1.2) Main CPV code
45111000
II.1.3) Type of contract
Works
II.1.4) Short description
A framework contract for decommissioning, deplanting and asbestos removal works across the Magnox sites, comprising two 'Lots': <br/>Lot 1 - Conventional Deplanting, Asbestos Removal and Demolition. <br/>Lot 2 - Deplanting, Asbestos Removal and Demolition in Radiological contaminated areas.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
485 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
45111300
45111100
45262660
98391000
45111300
90650000
79723000
90722200
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Magnox Sites:<br/>Berkeley<br/>Chapelcross<br/>Dungeness<br/>Harwell<br/>Hinkley<br/>Hunterston<br/>Oldbury<br/>Sizewell<br/>Trawsfyndd<br/>Winfrith<br/>Wylfa
II.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:<br/><br/>• Civil, mechanical, and electrical enabling works required to support the scope of asbestos remediation, deplanting and demolition;<br/><br/>• Environmental assessment<br/><br/>• Deplanting of non-radiological buildings and equipment;<br/><br/>• Deplanting of Plant and Equipment including lifting and the setting down of heavy items;<br/><br/>• Decommissioning of plant and equipment;<br/><br/>• Bulk stripping, treatment, and stabilisation of Asbestos Containing Materials (ACM) following Magnox procedures for both inside and outside the Radiological Controlled Areas (RCA).<br/><br/>• This scope will include the movement/disposal of ACM to an approved point, which may include landfill or storage points at Sites.<br/><br/>• 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.<br/><br/>• 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.<br/><br/>• Demolition of non-radiologically contaminated structures, offshore structures, tanks, and sewage systems.<br/><br/>• Removal of hard-standings and roads.<br/><br/>• Land remediation.<br/><br/>• 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.<br/><br/>• Decommissioning of switchgear and associated plant.<br/><br/>• Disposal off site of scrap metal arising on site.<br/><br/>• Waste segregation, minimisation, and disposal via appropriate waste routes; this excludes radiologically contaminated waste.<br/><br/>• Project management to deliver end to end projects, manage subcontractors and act as Principal Contractor where required.<br/><br/>• 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.
II.2.5) Award criteria
Quality criterion: Health & Safety
/ Weighting: 4%
Quality criterion: Quality
/ Weighting: 7%
Quality criterion: Environmental
/ Weighting: 4%
Quality criterion: Technical
/ Weighting: 30%
Quality criterion: Project Management
/ Weighting: 20%
Quality criterion: Social Value
/ Weighting: 10%
Quality criterion: Commercial
/ Weighting: 20%
Price
/ Weighting:
5%
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2021/S 000-029162
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/06/2023
V.2.2) Information about tenders
Number of tenders received: 15
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Celadon Alliance
2533043
Sharston Green Business Park, 1 Robeson Way, Manchester
Manchester
M22 4SW
UK
Telephone: +44 1619472150
NUTS: UKD3
Internet address(es)
URL: www.kdc.co.uk
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 1.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/06/2023
V.2.2) Information about tenders
Number of tenders received: 15
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
KAEFER LIMITED
03132937
Riverside House, Rolling Mill Road, Viking Industrial Park, Jarrow, Newcastle upon Tyne
Newcastle
NE32 3DP
UK
NUTS: UKC2
Internet address(es)
URL: www.kaeferltd.co.uk
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 1.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/06/2023
V.2.2) Information about tenders
Number of tenders received: 15
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
KELTBRAY LIMITED
St Andrew’s House, Portsmouth Road, Esher, Surrey
Surrey
KT10 9TA
UK
NUTS: UKJ2
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 1.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/06/2023
V.2.2) Information about tenders
Number of tenders received: 15
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Nuvia Limited
2063786
3rd Floor Chadwick House, Birchwood Park, Risley, Warrington
Warrington
WA3 6AE
UK
NUTS: UKD61
Internet address(es)
URL: www.nuvia.com
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 1.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/06/2023
V.2.2) Information about tenders
Number of tenders received: 15
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Costain Limited.
Costain House, Vanwall Business Park Maidenhead
Maidenhead
SL6 4UB
UK
NUTS: UKJ1
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 1.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts Of Justice
Strand
London
WC2A 2LL
UK
E-mail: RCJ.DCO@justice.gov.uk
Internet address(es)
URL: https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice
VI.5) Date of dispatch of this notice
19/07/2023