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