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

Magnox Ltd — Asbestos Monitoring 2021-2025 RFI

  • First published: 06 October 2020
  • Last modified: 06 October 2020

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:
06 October 2020
Deadline date:
29 October 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Analytical services are required to enable Magnox Ltd to comply with its responsibilities under The Control of Asbestos Regulations 2012, the services required include the following:

Provision of SQEP resources to provide asbestos containing materials (ACM) monitoring activities; including:

Air monitoring:

Four stage clearance air monitoring including issue of certificate of cleanliness

Reassurance air tests

Leak air tests

Background air tests

Personal air monitoring/testing

Undertaking ACM Surveys (management and refurbishment and demolition)

Bulk monitoring

Provision and management of UKAS accredited laboratories for ACM air filter and bulk

Sample analysis

Site asbestos register (SAR) input and updates

Provision of occupational hygiene services

SEM and soil analysis.

The services for this lot will be performed at the following Magnox Ltd Locations:

Hunterston A Site

Chapelcross Site

Wylfa Site

Maentwrog Hydro Site

Trawsfynydd Site

Sizewell A Site

Bradwell Site.

Magnox Ltd reserves the right to permit the contractor assigned to the either lot to take over the analytical services of either the whole lot or individual sites for both core and project support services.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Magnox Ltd

2264251

Oldbury Technical Ce

Oldbury Naite

UK

Contact person: Steven Lock

Telephone: +44 1797343515

E-mail: Steven.j.lock@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=12886&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=12886&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

Magnox Ltd — Asbestos Monitoring 2021-2025 RFI

Reference number: Mx-AM-2021-2025

II.1.2) Main CPV code

71620000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Provision of resources to provide Asbestos containing material (ACM) monitoring activities;

Provision of UKAS accredited laboratories for ACM air filter and bulk sample analysis, site asbestos register (SAR) input and updates and occupational hygiene services.

II.1.5) Estimated total value

Value excluding VAT: 24 400 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for one lot only

II.2) Description

Lot No: 1

II.2.1) Title

Asbestos Analytical Services — Northern Sites

II.2.2) Additional CPV code(s)

71631300

71900000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Any Magnox Ltd Site.

II.2.4) Description of the procurement

Analytical services are required to enable Magnox Ltd to comply with its responsibilities under The Control of Asbestos Regulations 2012, the services required include the following:

Provision of SQEP resources to provide asbestos containing materials (ACM) monitoring activities; including:

Air monitoring:

Four stage clearance air monitoring including issue of certificate of cleanliness

Reassurance air tests

Leak air tests

Background air tests

Personal air monitoring/testing

Undertaking ACM Surveys (management and refurbishment and demolition)

Bulk monitoring

Provision and management of UKAS accredited laboratories for ACM air filter and bulk

Sample analysis

Site asbestos register (SAR) input and updates

Provision of occupational hygiene services

SEM and soil analysis.

The services for this lot will be performed at the following Magnox Ltd Locations:

Hunterston A Site

Chapelcross Site

Wylfa Site

Maentwrog Hydro Site

Trawsfynydd Site

Sizewell A Site

Bradwell Site.

Magnox Ltd reserves the right to permit the contractor assigned to the either lot to take over the analytical services of either the whole lot or individual sites for both core and project support services.

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: 12 200 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

As indicated in the attached standard qualification questionnaire.

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

Asbestos Analytical Services — Southern Sites

II.2.2) Additional CPV code(s)

71631300

71900000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Any Magnox Ltd Site.

II.2.4) Description of the procurement

Analytical Services are required to enable Magnox Ltd to comply with its responsibilities under The Control of Asbestos Regulations 2012, the services required include the following:

Provision of SQEP resources to provide asbestos containing materials (ACM) monitoring activities; including:

Air monitoring:

Four stage clearance air monitoring including issue of certificate of cleanliness

Reassurance air tests

Leak air tests

Background air tests

Personal air monitoring/testing

Undertaking ACM surveys (management and refurbishment and demolition)

Bulk monitoring

Provision and management of UKAS Accredited laboratories for ACM air filter and bulk

Sample analysis

Site asbestos register (SAR) input and updates

Provision of occupational hygiene services

SEM and soil analysis.

The services for this lot will be performed at the following Magnox Ltd Locations:

Berkeley Site

Oldbury Site

Oldbury Technical Centre

Harwell Site

Winfrith Site

Hinkley Point A Site

Dungeness A Site.

Magnox Ltd reserves the right to permit the contractor assigned to the either lot to take over the analytical services of either the whole lot or individual sites for both core and project support services.

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: 12 200 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

As indicated in the attached standard qualification questionnaire.

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:

Suppliers will be required to hold UKAS ISO17020 Accreditation in the field of inspection for surveying for asbestos in premises. Type and range of inspection is expected to include management survey, refurbishment and demolition survey, re-inspection within industrial premises suspected asbestos containing material in surveyed premises and priority assessments.

UKAS Accreditation is required to ISO17025 for laboratories that will provide air filter and bulk sample analysis.

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

Requirements for service level agreements and key performance indicators will be detailed within the invitation to tender (RFQ) 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

Restricted 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.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 164-399642

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

Date: 29/10/2020

Local time: 11:00

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

Date: 13/11/2020

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

Tender must be valid until: 29/03/2021

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

Strand

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

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 Ltd

Oldbury Technical Centre

Thornbury

BS35 1RQ

UK

Telephone: +44 1797343515

E-mail: steven.j.lock@magnoxsites.com

Internet address(es)

URL: www.magnoxsites.com

VI.5) Date of dispatch of this notice

28/09/2020

Coding

Commodity categories

ID Title Parent category
71620000 Analysis services Technical testing, analysis and consultancy services
71900000 Laboratory services Architectural, construction, engineering and inspection services
71631300 Technical building-inspection services Technical inspection services

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:
Steven.j.lock@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.