Demolition Work Redcar
Demolition and dismantling of redundant ammonia washers No 1, 2 and 3.
United Kingdom-Redcar: Demolition work
2020/S 080-189743
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Town: Redcar
NUTS code: UKC12
Postal code: TS10 5QW
Country: United Kingdom
Contact person: FM Procurement
E-mail: fmprocurement@uksbs.co.uk
Telephone: +44 1793867005
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
CON20002 — The Demolition of The Ammonia Washers at South Tees Site Company, South Bank Coke Ovens, Redcar Steelworks
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The contracting authority wishes to establish a contract for the appointment of a principal contractor who will undertake the demolition and dismantling of redundant Ammonia Washers No 1, 2 and 3 including the associated pipework’s and ancillary equipment with the use of cold cutting techniques.
As it has not been possible to decontaminate any of the equipment included in the scope of work for demolition, the principal contractor shall include for the presence of contamination in all process equipment.
This is a services and works contract being procured under the OJEU restricted procedure regulations.
UK SBS is managing this procurement process in accordance with the Public Contracts Regulations 2015 (as may be amended from time to time), (the ‘Regulations’).
Please note tenders will need to be submitted via Delta E-sourcing the access code for this full access will be 9KMZ8M44FY.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
South Tees Site Company, Teesside Management Offices, Redcar, TS10 5QW.
II.2.4)Description of the procurement:
South Tees Site Company Ltd (STSC) is a Government owned Company that is part of the BEIS (Business, Energy and Industrial Strategy) Department.
The site is classified as an Upper Tier COMAH site. STSC are in the process of decontaminating the former SSI assets in order to remove all Upper Tier COMAH materials, remove the site from the requirements of the COMAH Regulations and hence surrender the COMAH Permit.
The ammonia washers form part of the former SSI assets on the South Bank Coke Oven area of the Redcar site. Due to poor structural condition, STSC, as part of their commitment to the ongoing safety of the site, have taken the decision to demolish the ammonia washers.
The washers were subject to a dismantling project during 2019 and removal of access stairs, interconnecting platforms, man doors and some ancillary pipework has been undertaken. Due to an incident resulting in a fire in washers No 1 and No.2 during the previous dismantling project the dismantling of the washers was temporarily postponed. The incident is the subject of an ongoing Police and HSE investigation.
The primary aim of the successful contractor is for the safe demolition of all three towers as detailed below. However, at the time of the launch of this RFI, the root cause of the incident is yet to be determined. To this end the successful contractor will be asked to engage with STSC and the previous demolition contractor in order to insert agreed inspection points into the demolition programme. The aim is to allow key items of equipment to be viewed/inspected, wherever possible, which may assist in identifying the root cause of the incident.
The work comprises the demolition/dismantling of redundant Ammonia Washers No 1, 2 and 3 including associated pipework and ancillary equipment with the use of cold cutting techniques only.
In addition to the dismantling/demolition of the ammonia washers the main works includes:
• Removal and disposal of all asbestos containing/other hazardous insulating materials.
• Removal of contaminants from all process plant/equipment to include, where necessary, primary and secondary cleaning of plant/equipment by high pressure/low volume water washing with the appropriate collection of generated wash waters.
• Segregation and storage of demolition generated wastes (with the exception of asbestos waste) into suitable containers/skips provided by STSC. The specification of these skips and containers will be determined by the Principal Contractor in conjunction with STSC.
• Analysis of wastes is to be carried out in order to determine hazardous/non-hazardous nature and properties of wastes, with WAC testing to ascertain suitability for landfill if appropriate.
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 procurement; and in no circumstances, will the contracting authority be liable for any costs incurred by any supplier. If the contracting authority decides to enter into a contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of bidders.
See Section I.3) for access to procurement documentation.
The contracting authority shall utilise the Delta eSourcing Procurement Tool available atwww.uksbs.deltaesourcing.co.uk to conduct this procurement. All enquiries with respect to problems or functionality within the tool maybe submitted to Delta eSourcing on 0845 270 7050. Please utilise the messaging system within the e-sourcingtool at the above link. Please note this is a free self-registration website and this can be done by completing the online questionnaire at www.uksbs.delta-esourcing.co.uk.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
During the selection stage, the intention is to arrive at a short list of no more than 5 qualified bidders to be considered for award stage evaluation. In the event that there are more than the maximum stated number of qualified bidders, all bidders that have final scores in within the top 5 places will be taken through to RFQ stage.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
If the contracting authority decides to enter into a Contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort.
Undertaken prior to contract award is accordingly a matter solely for the commercial judgement of bidders.
To respond to this opportunity please use the access code 9KMZ8M44FY
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
Town: Swindon
Postal code: SN2 1FL
Country: United Kingdom
E-mail: policy@uksbs.co.uk
Telephone: +44 1793867005Internet address: www.uksbs.co.uk
VI.4.4)Service from which information about the review procedure may be obtained
Town: Swindon
Postal code: SN2 1FL
Country: United Kingdom
E-mail: policy@uksbs.co.uk
Telephone: +44 1793867005Internet address: www.uksbs.co.uk
VI.5)Date of dispatch of this notice: