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

Stack Characterisation and Evaluation and Dispersed Oil Particulate filter testing

  • First published: 24 November 2021
  • Last modified: 24 November 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:
24 November 2021
Deadline date:
13 January 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

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: Castel Fairlie

E-mail: castel.fairlie@magnoxsites.com

NUTS: UK

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=14128&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=14128&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

Stack Characterisation and Evaluation and Dispersed Oil Particulate filter testing

Reference number: EN_EN_Stack Charactisation

II.1.2) Main CPV code

90711500

 

II.1.3) Type of contract

Services

II.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)

II.1.5) Estimated total value

Value excluding VAT: 518 000.00  GBP

II.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

II.2) Description

Lot No: 1

II.2.1) Title

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

II.2.2) Additional CPV code(s)

90700000

90720000

98113100

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Thornbury

II.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.

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: 315 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: No

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

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

Lot No: 2

II.2.1) Title

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

II.2.2) Additional CPV code(s)

90700000

90720000

98113100

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Thornbury

II.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.

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: 192 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: No

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

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:

As per requirement of the SQ and ITT documents

III.1.2) Economic and financial standing

List and brief description of selection criteria:

As stated in the procurement documents


III.1.3) Technical and professional ability

List and brief description of selection criteria:

As stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As stated in the procurement documents

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

Open procedure

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: 13/01/2022

Local time: 12:00

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

IV.2.7) Conditions for opening of tenders

Date: 13/01/2022

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

As stated in the procurement documents

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

Strand

London

London

UK

Internet address(es)

URL: http://www.justice.gov.uk

VI.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

London

London

UK

Internet address(es)

URL: http://www.justice.gov.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.4.4) Service from which information about the review procedure may be obtained

Magnox Limited

Thornbury

UK

VI.5) Date of dispatch of this notice

23/11/2021

Coding

Commodity categories

ID Title Parent category
90711500 Environmental monitoring other than for construction Environmental impact assessment other than for construction
90720000 Environmental protection Environmental services
90700000 Environmental services Sewage, refuse, cleaning and environmental services
98113100 Nuclear safety services Services furnished by specialist organisations

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:
castel.fairlie@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.