
Market Leads & Opportunities
United Kingdom-Berkeley: Reinforced-concrete work
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 082-144961/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Regulation of procurement: EU
Type of bid required: Global bid
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1) Name and addresses
Official name: Magnox Limited
National registration number: 2264251
Postal address: Berkeley Centre, Gloucestershire
Town: Berkeley
Postal code: GL13 9PB
Country: United Kingdom
Contact Person: Sarah Deeble
Telephone: +44 1453812685
Email: sarah.j.deeble@magnoxsites.com
Nuts code: UK
Internet address(es):
Main address:
Address of the buyer profile:
Official name: Dounreay Site Restoration Limited
Postal address: Caithness
Town: Thurso
Postal code: KW12 7TZ
Country: United Kingdom
Contact Person: Karen Anderson
Email: karen.anderson@dounreay.com
Nuts code: UKM
Internet address(es):
Main address: www.dounreay.com
Official name: Culham Centre for Fusion Energy
Postal address: Culham Science Centre
Town: Abingdon
Postal code: OX14 3DB
Country: United Kingdom
Contact Person: Dr Ruth Fitzgerald
Email: Ruth.Fitzgerald@ccfe.ac.uk
Nuts code: UK
Internet address(es):
Main address: www.ccfe.ac.uk
I.2) Joint Procurement:
The contract involves joint procurement
In the case of joint procurement involving different countries,state applicable national procurement law :The law of England and Wales subject to the jurisdiction of the Courts of England and Wales.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity: nuclear decommisioning
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Supply of 6m3 Concrete Boxes and Concrete Over-packs.
Reference number: CP0054
II.1.2) Main CPV code: 45262310
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Supply approximately 1 250 no 6m3 Robust Concrete Boxes and approximately 150 no Concrete Over-packs.
Magnox Limited, on behalf of the members of the NDA Estate Shared Service Alliance (SSA) is putting in place a Pan Government Collaborative Contract for use by the SSA and the following Contracting Bodies and UK Public Sector Bodies (and any future successors to these bodies) Central Government Departments, Executive Agencies and NDPBs. The government departments detailed in the following list that require robust concrete boxes may use this Agreement, which includes ‘The Ministry of Defence and its agencies, trading funds and non-departmental public bodies’ as well as any other UK government department listed in the Office for National Statistics (ONS) Public Sector Classification Guide, which is updated monthly and can be found at the following link:
II.1.5) Estimated total value:
Value excluding VAT: 40000000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
44613400, 44613800, 44617300, 45223500, 45262300
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:
Various.
II.2.4) Description of the procurement:
A supply contract for the manufacture and delivery of approximately 1 250 no 6m3 concrete boxes to be supplied to the following Organisations:
— Magnox Limited;
— Dounreay Site Restoration Limited (DSRL);
— Culham Centre for Fusion Energy;
— Plus other Public Bodies (see Section II 1.4))
The 6m3 concrete boxes comprise a reinforced concrete box and a reinforced concrete lid. The dimensions of the complete box are approximately 2,4 m x 2,2 m x 2,2 m high with a nominal wall thickness of 240 mm. The density of standard density box is 2 330 kg/m3 and of the higher density box 3 750 kg/m3.
The scope includes:
— Design optimisation;
— Procurement of materials including steel reinforcement bar, twist locks, steel casings, ID Plates and 2 no specified concrete mixes (the concrete mixes will approved by the purchaser). The higher density mix will incorporate magnetite aggregate for additional shielding.
— Fabrication of twist-lock assemblies, upper and lower casing’s and ID Plates. Assembly of rebar cage;
— Design and fabrication of the mould(s);
— The manufacture of Standard Density and Higher Density 6 m3 boxes in production batches in accordance with the supplied drawings and specification;
— Testing and inspection as required by the specification;
— Production of full QA documentation packs for each container produced;
— Short and medium term storage (if required);
— Delivery to site locations or off-site storage (if required).
Evidence from serial manufacturing of an earlier design of this container showed the importance of manufacturing quality management.
The demand profile for the use of the boxes on the sites is set out in the RFQ Documents which can be accessed at using the instructions detailed in VI.3) This shows the sites have a demand through to 2028, however the optimum manufacturing schedule will be determined by the supply chain and implemented in agreement with Magnox via the issue of Batch Orders under the Supply Contract.
The Supply Contract will be awarded to the tenderer having the highest total score. Magnox Limited reserve the right to award further contracts to additional tenderers who can offer the supply of containers to meet the supply demands outlined the RFQ Documents. Such additional Contracts shall be based on the tenderers ability to meet the demand profile and demonstrate the delivery of best value from the supply chain.
Additionally there is a demand to supply between approximately 150 concrete over-packs for use at Trawsfynydd Power Station. The over-packs will be used to cover approved stainless steel 3 m3 boxes or 3 m3 stainless steel drums. The over-pack comprises a reinforced concrete box and a reinforced concrete lid. The dimensions of the complete over-pack are approximately 2,7 m x 2,7 m x 2,2 m high and have an approximate weight of 30 tonnes. The walls and floor are 450 mm thick and the lid is 500 mm deep, based on a concrete density of 2 300 kg/m3. These are planned for manufacture from March 2018.
The scope for the Over-packs includes:
— Procurement of materials including steel reinforcement bar, twist locks and a specified concrete mix (the concrete mix will approved by the purchaser);
— Design and fabrication of the mould(s);
— The manufacture of concrete Over-packs in 1 production batches in accordance with the supplied drawings and specification;
— Modification to the basic over-pack to install 4 joggle boxes in the over-pack walls and cover the internal surfaces with a high build solvent free polyurethane coating;
— Testing and inspection as required by the specification;
— Production of full QA documentation packs;
— Short and medium term storage (if required);
— Delivery to site locations or off-site storage (if required).
More detail on the scope can be found in the Request for Information (RFI) document which can be accessed at:
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: 40000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 144
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
Maximum number: 8
Objective criteria for choosing the limited number of candidates: More information regarding the number of operators is in the RFI document which can be accessed at:
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:Detail is provided in the Request for Information (RFI) document which can be accessed at:
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.2.2) Contract performance conditions: Detail is provided in the Request for Information (RFI) document which can be accessed at:
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 the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2016-06-07 Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 2016-07-11
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Tender must be valid until:2017-08-12
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
This procurement will be managed electronically via the Shared Service Alliance, Complete Tender Management System (hereafter known as CTM System). To participate in this procurement, participants must first be registered on the CTM System. The RFI can be accessed through CTM System at: using the instructions detailed below.
If you have not yet registered on the CTM System, this can be done online at: by following the link ‘Register Companies’. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found within the site plus an email for any questions regarding the registration process: csas@sellafieldsites.com
Once registered on the CTM System, a registered user can express an interest for a specific procurement.
As a user of CTM System you will have access to the email messaging service which facilitates all messages sent to you and from you in relation to any specific RFI and ITT event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information.
For technical assistance on use of the CTM System please contact the help desk: csas@sellafieldsites.com
The Contracting Authority expressly reserves the right: (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Authority be liable for any costs incurred by the candidates.
The Contracting Authority is procuring the Contract as a central purchasing body for itself and Participating Entities who are outlined below including Other Public Bodies (OPB’s). This means that OPB’s referred to in the OJEU Notice may also participate in the Contract. The Contracting Authority is procuring the Contract for Central Government Departments, Local Government and Public Corporations that can be accessed at the Public Sector Classification Guide:
Locations of work will be the locations of the following participating entity sites.
Other participating entities may include:
— Magnox Limited;
— Dounreay Site Restoration Ltd;
— LLW Repository Ltd;
— Nuclear Decommissioning Authority (NDA);
— NDA Radioactive Waste Management Directorate.
Central Government Departments, Local Government and Public Corporations that can be accessed at the Public Sector Classification Guide at:
VI.4) Procedures for review
VI.4.1) Review body
Official name: Magnox Ltd
Postal address: Gloucestershire
Town: Berkeley
Country: United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Magnox Ltd will incorporate a standstill period, of 10 calendar days following the notification of an award of the framework agreements communicated to tenderers. Potential Providers who are unsuccessful shall be informed by the Authority as soon as possible after the decision has been made as to the reasons why the Potential Provider was unsuccessful. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the framework agreement is entered into.
VI.5) Date of dispatch of this notice:2016-04-23
More Opportunties
- United Kingdom-Bristol: Multi-Apheresis and Extracorporeal Photopheresis Systems
17 Jul 25
NHS Blood and Transplant (NHSBT) is a Special Health Authority and is responsible for the provision of blood components and a range of associated laboratory and patient therapeutic services to hospitals. The NHSBT Therapeutic Apheresis Service (TAS) provi> > - United Kingdom-Leighton Buzzard: Tilsworth Community Play Equipment Project
17 Jul 25
To provide a range of play equipment for children up to the age of 11, to include a tower unit that encourages climbing and incorporates slides suitable for the age group. Provision of A frame Swings to include cradle and flat seats and a basket swing. T> > - United Kingdom-Bradford: Supply of Signage (FC37)
17 Jul 25
There are different signage requirements for different tenures within the organisation split into, New Developments, Care Homes, Rented, Leasehold and Extra Care. Other signage areas covered include Safety Signage and PIB Boxes. The appointed contractor w> >