Award

Decommissioning & Asbestos Removal (DAR) framework

MAGNOX LIMITED

This public procurement record has 5 releases in its history.

Award

19 Jul 2023 at 15:22

TenderUpdate

20 Dec 2021 at 13:57

TenderUpdate

23 Nov 2021 at 15:42

Tender

08 Nov 2021 at 18:12

Planning

17 Mar 2021 at 10:10

Summary of the contracting process

The Magnox Limited has recently awarded a framework contract for decommissioning, deplanting, and asbestos removal works across various Magnox sites. The contract, titled "Decommissioning & Asbestos Removal (DAR) framework," falls under the works category and involves conventional deplanting, asbestos removal, and demolition activities. The procurement stage is complete, and the selected suppliers include Celadon Alliance, KAEFER LIMITED, KELTBRAY LIMITED, Nuvia Limited, and Costain Limited. The location for the project includes Magnox Sites such as Berkeley, Chapelcross, Dungeness, Harwell, Hinkley, Hunterston, Oldbury, Sizewell, Trawsfyndd, Winfrith, and Wylfa. The contract award was made on 2023-06-01.

This tender presents significant business growth opportunities for companies specializing in demolition, site preparation, asbestos removal, and waste management services. Given the emphasis on health & safety, quality, technical expertise, project management, social value, and commercial aspects in the award criteria, businesses with experience in managing complex works projects and a commitment to health and safety standards would be well-suited to compete. The procurement method used for this tender was selective with a restricted procedure, and the entire project is governed by the Government Procurement Agreement (GPA).

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Decommissioning & Asbestos Removal (DAR) framework

Notice Description

A framework contract for decommissioning, deplanting and asbestos removal works across the Magnox sites, comprising two 'Lots': <br/>Lot 1 - Conventional Deplanting, Asbestos Removal and Demolition. <br/>Lot 2 - Deplanting, Asbestos Removal and Demolition in Radiological contaminated areas.

Lot Information

Conventional Deplanting, Asbestos Removal and Demolition

The scope of services required to support this aspect of the programme includes (but is not limited to) the following requirements from the supply chain:

* Civil, mechanical, and electrical enabling works required to support the scope of asbestos remediation, deplanting and demolition;

* Environmental assessment

* Deplanting of non-radiological buildings and equipment;

* Deplanting of Plant and Equipment including lifting and the setting down of heavy items;

* Decommissioning of plant and equipment;

* Bulk stripping, treatment, and stabilisation of Asbestos Containing Materials (ACM) following Magnox procedures for both inside and outside the Radiological Controlled Areas (RCA).

* This scope will include the movement/disposal of ACM to an approved point, which may include landfill or storage points at Sites.

* Environmental Cleaning. This will be required to give assurance that the permissible exposure limit (PEL) as set by OSHA are not exceeded for the deplanting and demolition of Magnox Sites.

* Access Systems and Enclosures. Includes, but not limited to, installation and deployment of access systems including scaffolding, powered access systems, roped access and any other system of providing site staff and Contractors' access to various locations at each of the facilities for the purposes of undertaking surveying, characterisation, full bulk asbestos stripping treatment & stabilisation, monitoring, and environmental cleaning.

* Demolition of non-radiologically contaminated structures, offshore structures, tanks, and sewage systems.

* Removal of hard-standings and roads.

* Land remediation.

* Making good the surrounding areas or buildings where partial demolition has taken place in line with the Code of Practice for full or partial demolition.

* Decommissioning of switchgear and associated plant.

* Disposal off site of scrap metal arising on site.

* Waste segregation, minimisation, and disposal via appropriate waste routes; this excludes radiologically contaminated waste.

* Project management to deliver end to end projects, manage subcontractors and act as Principal Contractor where required.

* The scope also includes for the provision of professional services to undertake planning, scope definition, temporary works design, design activities and project management when required.

Renewal: The framework will be for four years with two one-year optional extensions, making for a total framework duration of six years. The exceptional characteristics detailed in the Invitation to Tender document which is available through CTM. (box restricted to 400 characters!)

Active Deplanting, Asbestos Removal and Demolition

The scope of services required to support this aspect of the programme, includes (but is not limited to) the following requirements from the supply chain: * Civil, mechanical, and electrical enabling works required to support the scope of deplanting and demolition. * Environmental assessment. * Bulk stripping, treatment, and stabilisation of Asbestos Containing Materials (ACM) following Magnox procedures for both inside and outside the Radiological Controlled Areas (RCA). * This scope will include the disposal of ACM to an approved point, which may include landfill or storage points at Sites. * Environmental Cleaning. This will be required to give assurance that the permissible exposure limit (PEL) as set by OSHA are not exceeded for the deplanting and demolition of Magnox Sites. * Access Systems and Enclosures. Includes, but not limited to, installation and deployment of access systems including scaffolding, powered access systems, roped access and any other system of providing site staff and Contractor's access to various locations at each of the facilities for the purposes of undertaking surveying, characterisation, full bulk asbestos stripping treatment & stabilisation, monitoring, and environmental cleaning. * Deplanting of radiological buildings and equipment. * Deplanting of Plant and Equipment, including lifting and the setting down of heavy items. * Radiological Decontamination of plant and structures prior to D&D. * Decommissioning of plant and equipment, including cooling pond furniture removal. * Decommissioning and de-planting of active and non-active water treatment plants, active laundry buildings, and structures associated with waste retrieval and processing. * Decommissioning and deplanting of radiologically contaminated tanks. * Decommissioning of switchgear and associated plant. * Boiler house and Reactor Building de-planting. * Demolition of non-contaminated structures, offshore structures, and sewage systems. * Removal of hard-standings and roads. * Making good the surrounding areas or buildings where partial demolition has taken place in line with the Code of Practice for full or partial demolition. * Disposal off site of scrap metal arising on site. * Land remediation. * Waste segregation, minimisation, and disposal via appropriate waste routes. * Project management to deliver end to end projects, manage subcontractors and act as Principal Contractor. * The scope also includes for the provision of professional services to undertake planning, scope definition, temporary works design, design activities and project management when required. Additional information: As set out in the procurement documentation the intention is to award frameworks to 3 to 4 tenderers for this Lot

Renewal: The framework will be for four years with two one-year optional extensions, making for a total framework duration of six years. The exceptional characteristics detailed in the Invitation to Tender document which is available through CTM. (box restricted to 400 characters!)

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-029c75
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/020830-2023
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

79 - Business services: law, marketing, consulting, recruitment, printing and security

90 - Sewage, refuse, cleaning and environmental services

98 - Other community, social and personal services


CPV Codes

45111000 - Demolition, site preparation and clearance work

45111100 - Demolition work

45111300 - Dismantling works

45262660 - Asbestos-removal work

79723000 - Waste analysis services

90650000 - Asbestos removal services

90722200 - Environmental decontamination services

98391000 - Decommissioning services

Notice Value(s)

Tender Value
£485,000,000 £100M-£1B
Lots Value
£485,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
£1

Notice Dates

Publication Date
19 Jul 20232 years ago
Submission Deadline
20 Dec 2021Expired
Future Notice Date
23 Aug 2021Expired
Award Date
31 May 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Active, Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
MAGNOX LIMITED
Additional Buyers

MAGNOX LTD

Contact Name
Nicola Smith-Lee, Sarah Deeble
Contact Email
nicola.j.smith-lee@magnoxsites.com, sarah.j.deeble@magnoxsites.com
Contact Phone
Not specified

Buyer Location

Locality
THORNBURY
Postcode
BS35 1RQ
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK52 Bath & North East Somerset and South Gloucestershire
Delivery Location
TLH East (England), TLJ South East (England), TLK South West (England), TLL Wales, TLM Scotland

Local Authority
South Gloucestershire
Electoral Ward
Severn Vale
Westminster Constituency
Thornbury and Yate

Supplier Information

Number of Suppliers
5
Supplier Names

CELADON ALLIANCE

COSTAIN

KAEFER

KELTBRAY

NUVIA

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-029c75-2023-07-19T16:22:05+01:00",
    "date": "2023-07-19T16:22:05+01:00",
    "ocid": "ocds-h6vhtk-029c75",
    "initiationType": "tender",
    "tender": {
        "id": "DAR/FW/002 - Decommissioning & Asbestos Removal (DAR) Framework (CTM reference)",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Decommissioning & Asbestos Removal (DAR) framework",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45111000",
            "description": "Demolition, site preparation and clearance work"
        },
        "mainProcurementCategory": "works",
        "description": "A framework contract for decommissioning, deplanting and asbestos removal works across the Magnox sites, comprising two 'Lots': <br/>Lot 1 - Conventional Deplanting, Asbestos Removal and Demolition. <br/>Lot 2 - Deplanting, Asbestos Removal and Demolition in Radiological contaminated areas.",
        "value": {
            "amount": 485000000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 2
        },
        "lots": [
            {
                "id": "1",
                "title": "Conventional Deplanting, Asbestos Removal and Demolition",
                "description": "The scope of services required to support this aspect of the programme includes (but is not limited to) the following requirements from the supply chain:<br/><br/>* Civil, mechanical, and electrical enabling works required to support the scope of asbestos remediation, deplanting and demolition;<br/><br/>* Environmental assessment<br/><br/>* Deplanting of non-radiological buildings and equipment;<br/><br/>* Deplanting of Plant and Equipment including lifting and the setting down of heavy items;<br/><br/>* Decommissioning of plant and equipment;<br/><br/>* Bulk stripping, treatment, and stabilisation of Asbestos Containing Materials (ACM) following Magnox procedures for both inside and outside the Radiological Controlled Areas (RCA).<br/><br/>* This scope will include the movement/disposal of ACM to an approved point, which may include landfill or storage points at Sites.<br/><br/>* Environmental Cleaning. This will be required to give assurance that the permissible exposure limit (PEL) as set by OSHA are not exceeded for the deplanting and demolition of Magnox Sites.<br/><br/>* Access Systems and Enclosures. Includes, but not limited to, installation and deployment of access systems including scaffolding, powered access systems, roped access and any other system of providing site staff and Contractors' access to various locations at each of the facilities for the purposes of undertaking surveying, characterisation, full bulk asbestos stripping treatment & stabilisation, monitoring, and environmental cleaning.<br/><br/>* Demolition of non-radiologically contaminated structures, offshore structures, tanks, and sewage systems.<br/><br/>* Removal of hard-standings and roads.<br/><br/>* Land remediation.<br/><br/>* Making good the surrounding areas or buildings where partial demolition has taken place in line with the Code of Practice for full or partial demolition.<br/><br/>* Decommissioning of switchgear and associated plant.<br/><br/>* Disposal off site of scrap metal arising on site.<br/><br/>* Waste segregation, minimisation, and disposal via appropriate waste routes; this excludes radiologically contaminated waste.<br/><br/>* Project management to deliver end to end projects, manage subcontractors and act as Principal Contractor where required.<br/><br/>* The scope also includes for the provision of professional services to undertake planning, scope definition, temporary works design, design activities and project management when required.",
                "status": "cancelled",
                "value": {
                    "amount": 285000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The framework will be for four years with two one-year optional extensions, making for a total framework duration of six years. The exceptional characteristics detailed in the Invitation to Tender document which is available through CTM. (box restricted to 400 characters!)"
                },
                "secondStage": {
                    "minimumCandidates": 3,
                    "maximumCandidates": 4
                },
                "selectionCriteria": {
                    "description": "As set out in the Expression of Interest Document."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Health & Safety",
                            "type": "quality",
                            "description": "4%"
                        },
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "7%"
                        },
                        {
                            "name": "Environmental",
                            "type": "quality",
                            "description": "4%"
                        },
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "30%"
                        },
                        {
                            "name": "Project Management",
                            "type": "quality",
                            "description": "20%"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "name": "Commercial",
                            "type": "quality",
                            "description": "20%"
                        },
                        {
                            "type": "price",
                            "description": "5%"
                        }
                    ]
                }
            },
            {
                "id": "2",
                "title": "Active Deplanting, Asbestos Removal and Demolition",
                "description": "The scope of services required to support this aspect of the programme, includes (but is not limited to) the following requirements from the supply chain: * Civil, mechanical, and electrical enabling works required to support the scope of deplanting and demolition. * Environmental assessment. * Bulk stripping, treatment, and stabilisation of Asbestos Containing Materials (ACM) following Magnox procedures for both inside and outside the Radiological Controlled Areas (RCA). * This scope will include the disposal of ACM to an approved point, which may include landfill or storage points at Sites. * Environmental Cleaning. This will be required to give assurance that the permissible exposure limit (PEL) as set by OSHA are not exceeded for the deplanting and demolition of Magnox Sites. * Access Systems and Enclosures. Includes, but not limited to, installation and deployment of access systems including scaffolding, powered access systems, roped access and any other system of providing site staff and Contractor's access to various locations at each of the facilities for the purposes of undertaking surveying, characterisation, full bulk asbestos stripping treatment & stabilisation, monitoring, and environmental cleaning. * Deplanting of radiological buildings and equipment. * Deplanting of Plant and Equipment, including lifting and the setting down of heavy items. * Radiological Decontamination of plant and structures prior to D&D. * Decommissioning of plant and equipment, including cooling pond furniture removal. * Decommissioning and de-planting of active and non-active water treatment plants, active laundry buildings, and structures associated with waste retrieval and processing. * Decommissioning and deplanting of radiologically contaminated tanks. * Decommissioning of switchgear and associated plant. * Boiler house and Reactor Building de-planting. * Demolition of non-contaminated structures, offshore structures, and sewage systems. * Removal of hard-standings and roads. * Making good the surrounding areas or buildings where partial demolition has taken place in line with the Code of Practice for full or partial demolition. * Disposal off site of scrap metal arising on site. * Land remediation. * Waste segregation, minimisation, and disposal via appropriate waste routes. * Project management to deliver end to end projects, manage subcontractors and act as Principal Contractor. * The scope also includes for the provision of professional services to undertake planning, scope definition, temporary works design, design activities and project management when required. Additional information: As set out in the procurement documentation the intention is to award frameworks to 3 to 4 tenderers for this Lot",
                "value": {
                    "amount": 200000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The framework will be for four years with two one-year optional extensions, making for a total framework duration of six years. The exceptional characteristics detailed in the Invitation to Tender document which is available through CTM. (box restricted to 400 characters!)"
                },
                "secondStage": {
                    "minimumCandidates": 3,
                    "maximumCandidates": 4
                },
                "selectionCriteria": {
                    "description": "As set out in the Expression of Interest Document"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45111300",
                        "description": "Dismantling works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111100",
                        "description": "Demolition work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262660",
                        "description": "Asbestos-removal work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98391000",
                        "description": "Decommissioning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90650000",
                        "description": "Asbestos removal services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79723000",
                        "description": "Waste analysis services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90722200",
                        "description": "Environmental decontamination services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKL"
                    },
                    {
                        "region": "UKK"
                    },
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UKH"
                    },
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1",
                "deliveryLocation": {
                    "description": "Magnox Sites:<br/>Berkeley<br/>Chapelcross<br/>Dungeness<br/>Harwell<br/>Hinkley<br/>Hunterston<br/>Oldbury<br/>Sizewell<br/>Trawsfyndd<br/>Winfrith<br/>Wylfa"
                }
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45111000",
                        "description": "Demolition, site preparation and clearance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111100",
                        "description": "Demolition work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111300",
                        "description": "Dismantling works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262660",
                        "description": "Asbestos-removal work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79723000",
                        "description": "Waste analysis services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90650000",
                        "description": "Asbestos removal services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90722200",
                        "description": "Environmental decontamination services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98391000",
                        "description": "Decommissioning services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "Magnox Sites - Hinkley Point A, Oldbury, Berkeley, Trawsfynydd, Wylfa, Chapelcross, Hunterston A, Sizewell A, Dungeness A, Harwell and Winfrith"
                },
                "relatedLot": "2"
            }
        ],
        "communication": {
            "futureNoticeDate": "2021-08-24T00:00:00+01:00"
        },
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "coveredBy": [
            "GPA"
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13854&B=SELLAFIELD",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "All requirements are set out in the Selection Questionnaire, Selection Questionnaire Guidance Document and the Expression of Interest Document available on Sellafield Limited Complete Tender Management system (CTM).",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "All requirements are set out in the Selection Questionnaire, Selection Questionnaire Guidance Document and the Expression of Interest Document available on Sellafield Limited Complete Tender Management system (CTM).",
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 8
            }
        },
        "tenderPeriod": {
            "endDate": "2021-12-20T11:00:00Z"
        },
        "secondStage": {
            "invitationDate": "2022-02-16T00:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2023-04-27T23:59:59+01:00"
            }
        },
        "hasRecurrence": false,
        "reviewDetails": "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.",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "newValue": {
                            "text": "The table in Section 8.2 of the Expression of Interest document has been updated to include page count detail for all questions in section 8 of the Selection Questionnaire. The Expression of Interest document has been amended to V2 on 16 Nov 21."
                        },
                        "where": {
                            "section": "8.2",
                            "label": "Expression of Interest document"
                        },
                        "relatedLot": "1 & 2"
                    },
                    {
                        "oldValue": {
                            "text": "Pass/fail assessment for 8.3(a), (b) & (c)."
                        },
                        "newValue": {
                            "text": "Updated to \"Information Only\" for 8.3(a), (b) & (c). The Selection Questionnaire Bidder Guidance document has been amended to Issue 2 on 17 Nov 21."
                        },
                        "where": {
                            "section": "8.3",
                            "label": "Selection Questionnaire Bidder Guidance"
                        },
                        "relatedLot": "1 & 2"
                    },
                    {
                        "oldValue": {
                            "text": "Remove \"Appendix C - ITT Assessment Questions\" in it's entirety."
                        },
                        "newValue": {
                            "text": "Replace with \"Appendix C - ITT Assessment Questions Issue 2\". Also note the following amendments to the ITT questions: T4 - We have removed the words, \"the Contracting Authority's scope, end state and underpin\" from the question. T6 - We have added the words \"(Making the assumption that the waste produced will be typical demolition including some hazardous waste, e.g., asbestos containing materials)\" after \"Work Package Scope document\". P1 - We have added the words, \"the Work Package under\" after \"structure to be adopted to\", P3 - The scoring methodology for this question has changed to include a minimum pass mark of two or above for this question."
                        },
                        "where": {
                            "section": "0",
                            "label": "Appendix C - ITT Assessment Questions"
                        },
                        "relatedLot": "1 & 2"
                    },
                    {
                        "oldValue": {
                            "date": "2022-04-04T11:00:00+01:00"
                        },
                        "newValue": {
                            "date": "2022-01-04T11:00:00Z"
                        },
                        "where": {
                            "section": "0",
                            "label": "Contracts Finder Notice - SQ deadline"
                        },
                        "relatedLot": "1 & 2"
                    },
                    {
                        "newValue": {
                            "text": "Section 8.4.3.3 of the ITT (Restricted Procedure) document has been updated to include a minimum pass mark of two for ITT Question P3. Please replace ITT (Restricted Procedure) Issue 1 with ITT (Restricted Procedure) Issue 2 dated 18 November 2021."
                        },
                        "where": {
                            "section": "8.4.3.3",
                            "label": "ITT (Restricted Procedure)"
                        },
                        "relatedLot": "1 & 2"
                    },
                    {
                        "oldValue": {
                            "text": "The whole section of 8.4.3 from ITT (Restricted Procedure) Issue 1."
                        },
                        "newValue": {
                            "text": "The whole section of 8.4.3 from ITT (Restricted Procedure) Issue 2. Note: The scoring method has been amended from using Table 3 and scores of 0-5 to applying the weighted scores as detailed in Appendix C - ITT Assessment Questions Issue 2."
                        },
                        "where": {
                            "section": "8.4.3",
                            "label": "ITT (Restricted Procedure)"
                        },
                        "relatedLot": "1 & 2"
                    },
                    {
                        "oldValue": {
                            "date": "2021-12-20T11:00:00Z"
                        },
                        "newValue": {
                            "date": "2022-01-04T11:00:00Z"
                        },
                        "where": {
                            "section": "0",
                            "label": "Selection Questionnaire Response Deadline"
                        },
                        "relatedLot": "1 & 2"
                    }
                ],
                "description": "For clarity, the following documents have been amended and re-issued, the latest versions can be located in the documents section of CTM: 1. ITT (Restricted Procedure) Issue 2 2. Appendix C - ITT Assessment Questions Issue 2 3. Selection Questionnaire Bidder Guidance document Issue 2. 4. Expression of Interest document V2."
            },
            {
                "id": "2",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2021-12-20T11:00:00Z"
                        },
                        "newValue": {
                            "date": "2022-01-17T11:00:00Z"
                        },
                        "where": {
                            "section": "0",
                            "label": "SQ Deadline"
                        },
                        "relatedLot": "1 & 2"
                    }
                ],
                "description": "Notice 2021-487784 extended the Selection Questionnaire (SQ) deadline date to 4th January 2022 @ 11:00hrs GMT. This Notice further extends this to 17-Jan-2022 @ 11:00hrs GMT."
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-9116",
            "name": "Magnox Ltd",
            "identifier": {
                "legalName": "Magnox Ltd",
                "id": "2264251"
            },
            "address": {
                "streetAddress": "Oldbury Technical Centre",
                "locality": "Thornbury",
                "region": "UK",
                "postalCode": "BS35 1RQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Sarah Deeble",
                "email": "Sarah.j.deeble@magnoxsites.com",
                "url": "https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13854&B=SELLAFIELD"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/case-studies/shared-services-alliance-ssa-for-nuclear-decommissioning-estate",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Nuclear Decommissioning"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-439",
            "name": "Royal Courts of Justice",
            "identifier": {
                "legalName": "Royal Courts of Justice"
            },
            "address": {
                "streetAddress": "Strand",
                "locality": "London",
                "postalCode": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ],
            "details": {
                "url": "http://www.justice.gov.uk"
            }
        },
        {
            "id": "GB-FTS-87045",
            "name": "Magnox Limited",
            "identifier": {
                "legalName": "Magnox Limited"
            },
            "address": {
                "streetAddress": "Oldbury Naite",
                "locality": "Thornbury",
                "region": "UK",
                "postalCode": "BS35 1RQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Nicola Smith-Lee",
                "email": "nicola.j.smith-lee@magnoxsites.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/magnox-ltd",
                "buyerProfile": "https://www.gov.uk/government/organisations/magnox-ltd",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Nuclear Decommissioning"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-87626",
            "name": "Celadon Alliance",
            "identifier": {
                "legalName": "Celadon Alliance",
                "id": "2533043"
            },
            "address": {
                "streetAddress": "Sharston Green Business Park, 1 Robeson Way, Manchester",
                "locality": "Manchester",
                "region": "UKD3",
                "postalCode": "M22 4SW",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1619472150"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.kdc.co.uk",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-87627",
            "name": "KAEFER LIMITED",
            "identifier": {
                "legalName": "KAEFER LIMITED",
                "id": "03132937"
            },
            "address": {
                "streetAddress": "Riverside House, Rolling Mill Road, Viking Industrial Park, Jarrow, Newcastle upon Tyne",
                "locality": "Newcastle",
                "region": "UKC2",
                "postalCode": "NE32 3DP",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.kaeferltd.co.uk",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-87628",
            "name": "KELTBRAY LIMITED",
            "identifier": {
                "legalName": "KELTBRAY LIMITED"
            },
            "address": {
                "streetAddress": "St Andrew's House, Portsmouth Road, Esher, Surrey",
                "locality": "Surrey",
                "region": "UKJ2",
                "postalCode": "KT10 9TA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-84423",
            "name": "Nuvia Limited",
            "identifier": {
                "legalName": "Nuvia Limited",
                "id": "2063786"
            },
            "address": {
                "streetAddress": "3rd Floor Chadwick House, Birchwood Park, Risley, Warrington",
                "locality": "Warrington",
                "region": "UKD61",
                "postalCode": "WA3 6AE",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.nuvia.com",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-87629",
            "name": "Costain Limited.",
            "identifier": {
                "legalName": "Costain Limited."
            },
            "address": {
                "streetAddress": "Costain House, Vanwall Business Park Maidenhead",
                "locality": "Maidenhead",
                "region": "UKJ1",
                "postalCode": "SL6 4UB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-6953",
            "name": "Royal Courts Of Justice",
            "identifier": {
                "legalName": "Royal Courts Of Justice"
            },
            "address": {
                "streetAddress": "Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "RCJ.DCO@justice.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-87045",
        "name": "Magnox Limited"
    },
    "language": "en",
    "awards": [
        {
            "id": "020830-2023-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-87626",
                    "name": "Celadon Alliance"
                }
            ]
        },
        {
            "id": "020830-2023-2",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-87627",
                    "name": "KAEFER LIMITED"
                }
            ]
        },
        {
            "id": "020830-2023-3",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-87628",
                    "name": "KELTBRAY LIMITED"
                }
            ]
        },
        {
            "id": "020830-2023-4",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-84423",
                    "name": "Nuvia Limited"
                }
            ]
        },
        {
            "id": "020830-2023-5",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-87629",
                    "name": "Costain Limited."
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "020830-2023-1",
            "awardID": "020830-2023-1",
            "status": "active",
            "value": {
                "amount": 1,
                "currency": "GBP"
            },
            "dateSigned": "2023-06-01T00:00:00+01:00"
        },
        {
            "id": "020830-2023-2",
            "awardID": "020830-2023-2",
            "status": "active",
            "value": {
                "amount": 1,
                "currency": "GBP"
            },
            "dateSigned": "2023-06-01T00:00:00+01:00"
        },
        {
            "id": "020830-2023-3",
            "awardID": "020830-2023-3",
            "status": "active",
            "value": {
                "amount": 1,
                "currency": "GBP"
            },
            "dateSigned": "2023-06-01T00:00:00+01:00"
        },
        {
            "id": "020830-2023-4",
            "awardID": "020830-2023-4",
            "status": "active",
            "value": {
                "amount": 1,
                "currency": "GBP"
            },
            "dateSigned": "2023-06-01T00:00:00+01:00"
        },
        {
            "id": "020830-2023-5",
            "awardID": "020830-2023-5",
            "status": "active",
            "value": {
                "amount": 1,
                "currency": "GBP"
            },
            "dateSigned": "2023-06-01T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 15
            },
            {
                "id": "2",
                "measure": "bids",
                "relatedLot": "1",
                "value": 15
            },
            {
                "id": "3",
                "measure": "bids",
                "relatedLot": "1",
                "value": 15
            },
            {
                "id": "4",
                "measure": "bids",
                "relatedLot": "1",
                "value": 15
            },
            {
                "id": "5",
                "measure": "bids",
                "relatedLot": "1",
                "value": 15
            }
        ]
    }
}