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