Section one: Contracting authority
one.1) Name and addresses
Magnox Ltd
Oldbury Technical Centre
Thornbury
Oldbury Naite
Contact
Mark Cullinane
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
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand
London
London
Country
United Kingdom
Internet address
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
mark.cullinane@magnoxsites.com
Country
United Kingdom