Tender

OLDBURY FIRE SYSTEMS MAINTENANCE

  • Magnox Ltd

F02: Contract notice

Notice identifier: 2021/S 000-012279

Procurement identifier (OCID): ocds-h6vhtk-02b769

Published 2 June 2021, 12:15pm



Section one: Contracting authority

one.1) Name and addresses

Magnox Ltd

Oldbury Technical Centre

Thornbury

Oldbury Naite

Contact

Mark Cullinane

Email

mark.cullinane@magnoxsites.com

Telephone

+44 1294824276

Country

United Kingdom

NUTS code

UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area

National registration number

2264251

Internet address(es)

Main address

https://www.gov.uk/government/organisations/magnox-ltd

one.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=13595&B=SELLAFIELD

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13595&B=SELLAFIELD

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Nuclear Decommissioning


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

OLDBURY FIRE SYSTEMS MAINTENANCE

Reference number

OLD-FIRE-2021

two.1.2) Main CPV code

  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

two.1.3) Type of contract

Services

two.1.4) Short description

Fire detection maintenance at Oldbury Site is required to ensure compliance with The Regulatory Reform (Fire Safety) Order 2005 and BS5839 Section 6 (fire detection & alarm systems for buildings).

two.1.5) Estimated total value

Value excluding VAT: £550,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

two.2.3) Place of performance

NUTS codes
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
Main site or place of performance

Thornbury

two.2.4) Description of the procurement

Fire detection maintenance at Oldbury Site is required to ensure compliance with The Regulatory Reform (Fire Safety) Order 2005 and BS5839 Section 6 (fire detection & alarm systems for buildings). The scope of the services encompasses all standard fire detectors, input devices, output devices and warning devices.

The following is a summary of the main items subject to this scope:

• Inspection testing and maintenance of all:

• Fire panels and associated equipment.

• Fire detectors and associated equipment.

• Warning devices and associated equipment. With weekend alarm testing.

• Other input and output devices.

• Associated alarms and displays.

• Associated cabling, enclosures, and related miscellaneous items.

• Battery Backed PSU’s; visual Inspection and general housekeeping of enclosures.

• Battery Condition test and replacement in line with Maintenance Schedule requirements.

The physical structure of the Oldbury Site fire system is essentially laid out as a large networked loop of fully addressable fire panels, encompassing the entire site. All 10 addressable panels, including 3 global panels are Siemens Sinteso models. Many of which have sub-systems, including standalone panels, plant alarms, suppression systems, VESDA systems and user interface PC.

For full details of scope see attached documents.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £550,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

Continuing maintenance services will be required on completion of this contract and will be subject to a separate procurement.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 8

Objective criteria for choosing the limited number of candidates:

See attached document for evaluation, top 8 scoring suppliers will go through to the ITT stage.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

8 July 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

19 August 2021

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 4 January 2022


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 54 months from date of dispatch of this notice

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

London

Country

United Kingdom

Internet address

http://www.justice.gov.uk

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

London

London

Country

United Kingdom

Internet address

http://www.justice.gov.uk

six.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.

six.4.4) Service from which information about the review procedure may be obtained

Magnox Limited

Oldbury Technical Centre, Oldbury Naite

Thornbury

BS35 1RQ

Email

mark.cullinane@magnoxsites.com

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/magnox-ltd