Notice Information
Notice Title
Land Quality Services
Notice Description
Multi-supplier framework for Land Quality and Associated Services
Lot Information
Lot 1
Magnox wish to carry out pre-market engagement with interested suppliers to investigate the current market capabilities, expertise and gain knowledge about capabilities of suppliers to deliver land quality services which may inform Magnox in the finalisation of the tender documentation. This will ensure that the requirements are effectively met and delivered in an ITT that meets market capabilities and requirements. It also provides procurement awareness for suppliers regarding this requirement.
Background Information:
Magnox are responsible for the delivery of all aspects of land quality management across a fleet of 10 former nuclear reactor sites, three former nuclear research sites (including Dounreay) across the UK, all now in the decommissioning phase. Land quality activities are undertaken in support of the broader NDA decommissioning strategy with the aim of preparing the land for the next planned use over varying timescales.
Required Services:
Magnox require supply chain support to deliver land quality management activities across the fleet and intend to procure these via the establishment of a Land Quality Services Framework with contracts commencing in April 2024, with an anticipated duration of four years. It is proposed that framework services will be let as a single lot covering a number or technical disciplines and Contracts will be awarded to in the order of four suppliers. Successful framework suppliers (or consortia of suppliers) will be expected to be able to deliver all the required services.
The proposed scope of the framework is as follows:
Routine Groundwater Monitoring
Routine groundwater monitoring and sampling including shipping of samples to an off-site commercial laboratory(ies) for analysis, maintenance of the monitoring network and the provision of associated reports. The sampling is conducted to fulfil regulatory requirements.
Land Quality Characterisation and Small-Scale Remediation
Land quality characterisation, site investigation and small-scale remediation of radiological, non-radiological and mixed contamination. The scope comprises all phases of land quality management from desk-based investigation through to the implementation and verification of land quality remedial work. Services typically required include the production of conceptual site models, risk assessment (all phases), intrusive site investigations conducted for land quality characterisation purposes and associated groundwater and soil sampling and analysis. Remediation services, comprising remedial options appraisal, concept and detailed design and implementation of remedial schemes may also be required.
Specialist Radiological Characterisation, Assessment & Minor Remediation
Non-intrusive and intrusive investigations, sample analysis and reporting on the extent and magnitude of radiologically contaminated ground and in-ground structures. The aim of the characterisation work will support radiological land quality characterisation, but also specifically focus on work required as part of site end state, delicensing, Environmental Permit /Environmental Authorisation surrender) activities. The scope also includes the identification of appropriate decontamination techniques, as well as treatment and remediation where necessary. Technical consultancy support to work associated with site release from regulatory control may also be required.
Associated Services
The provision of other services allied to the land quality sector, for example work to support Environmental Impact Assessment delivery (including baseline surveys, landscape/visual impact assessment and flood risk), geotechnical services and analytical services (radiological, non-radiological and geotechnical) as required. Additional information: You are requested to submit your responses by April 27th via email to:
matt.p.eeley@magnoxsites.com
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03bf1c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/010934-2023
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
45111250 - Ground investigation work
90733700 - Groundwater pollution monitoring or control services
Notice Value(s)
- Tender Value
- £20,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 17 Apr 20232 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 1 Feb 2024Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Planned
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MAGNOX LIMITED
- Contact Name
- Matt Eeley
- Contact Email
- matt.p.eeley@magnoxsites.com
- Contact Phone
- Not specified
Buyer Location
- Locality
- BRISTOL
- 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
- TLK1 Gloucestershire, Wiltshire and Bristol/Bath area
-
- Local Authority
- South Gloucestershire
- Electoral Ward
- Severn Vale
- Westminster Constituency
- Thornbury and Yate
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-03bf1c-2023-04-17T11:54:18+01:00",
"date": "2023-04-17T11:54:18+01:00",
"ocid": "ocds-h6vhtk-03bf1c",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-03bf1c",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Land Quality Services",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "90733700",
"description": "Groundwater pollution monitoring or control services"
},
"mainProcurementCategory": "services",
"description": "Multi-supplier framework for Land Quality and Associated Services",
"value": {
"amount": 20000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Magnox wish to carry out pre-market engagement with interested suppliers to investigate the current market capabilities, expertise and gain knowledge about capabilities of suppliers to deliver land quality services which may inform Magnox in the finalisation of the tender documentation. This will ensure that the requirements are effectively met and delivered in an ITT that meets market capabilities and requirements. It also provides procurement awareness for suppliers regarding this requirement. <br/>Background Information:<br/>Magnox are responsible for the delivery of all aspects of land quality management across a fleet of 10 former nuclear reactor sites, three former nuclear research sites (including Dounreay) across the UK, all now in the decommissioning phase. Land quality activities are undertaken in support of the broader NDA decommissioning strategy with the aim of preparing the land for the next planned use over varying timescales.<br/>Required Services:<br/>Magnox require supply chain support to deliver land quality management activities across the fleet and intend to procure these via the establishment of a Land Quality Services Framework with contracts commencing in April 2024, with an anticipated duration of four years. It is proposed that framework services will be let as a single lot covering a number or technical disciplines and Contracts will be awarded to in the order of four suppliers. Successful framework suppliers (or consortia of suppliers) will be expected to be able to deliver all the required services.<br/>The proposed scope of the framework is as follows:<br/> Routine Groundwater Monitoring<br/>Routine groundwater monitoring and sampling including shipping of samples to an off-site commercial laboratory(ies) for analysis, maintenance of the monitoring network and the provision of associated reports. The sampling is conducted to fulfil regulatory requirements.<br/> Land Quality Characterisation and Small-Scale Remediation<br/>Land quality characterisation, site investigation and small-scale remediation of radiological, non-radiological and mixed contamination. The scope comprises all phases of land quality management from desk-based investigation through to the implementation and verification of land quality remedial work. Services typically required include the production of conceptual site models, risk assessment (all phases), intrusive site investigations conducted for land quality characterisation purposes and associated groundwater and soil sampling and analysis. Remediation services, comprising remedial options appraisal, concept and detailed design and implementation of remedial schemes may also be required.<br/> Specialist Radiological Characterisation, Assessment & Minor Remediation<br/>Non-intrusive and intrusive investigations, sample analysis and reporting on the extent and magnitude of radiologically contaminated ground and in-ground structures. The aim of the characterisation work will support radiological land quality characterisation, but also specifically focus on work required as part of site end state, delicensing, Environmental Permit /Environmental Authorisation surrender) activities. The scope also includes the identification of appropriate decontamination techniques, as well as treatment and remediation where necessary. Technical consultancy support to work associated with site release from regulatory control may also be required. <br/> Associated Services<br/>The provision of other services allied to the land quality sector, for example work to support Environmental Impact Assessment delivery (including baseline surveys, landscape/visual impact assessment and flood risk), geotechnical services and analytical services (radiological, non-radiological and geotechnical) as required. Additional information: You are requested to submit your responses by April 27th via email to: <br/><br/>matt.p.eeley@magnoxsites.com",
"status": "planned"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45111250",
"description": "Ground investigation work"
}
],
"deliveryAddresses": [
{
"region": "UKK1"
}
],
"deliveryLocation": {
"description": "All Magnox Sites"
},
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2024-02-01T00:00:00Z"
},
"coveredBy": [
"GPA"
]
},
"parties": [
{
"id": "GB-FTS-66893",
"name": "Magnox Limited",
"identifier": {
"legalName": "Magnox Limited",
"id": "2264251"
},
"address": {
"streetAddress": "Oldbury Naite, Oldbury",
"locality": "Bristol",
"region": "UK",
"postalCode": "BS35 1RQ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Matt Eeley",
"email": "matt.p.eeley@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",
"description": "Nuclear"
},
{
"scheme": "COFOG",
"description": "Nuclear"
}
]
}
}
],
"buyer": {
"id": "GB-FTS-66893",
"name": "Magnox Limited"
},
"language": "en"
}