Contract notice

Information

Published

Expire date: 08/07/2021

External Reference: 2021-494551

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Magnox Ltd
2264251
Oldbury Technical Centre
Thornbury
Oldbury Naite
UK
Contact person: Mark Cullinane
Telephone: +44 1294824276
NUTS code:  UKK1 -  Gloucestershire, Wiltshire and Bristol/Bath area
Internet address(es):
I.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 abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Other activity:  Nuclear Decommissioning

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

OLDBURY FIRE SYSTEMS MAINTENANCE
Reference number:  OLD-FIRE-2021
II.1.2)

Main CPV code

50710000  -  Repair and maintenance services of electrical and mechanical building installations
II.1.3)

Type of contract

Services
II.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).
II.1.5)

Estimated total value

Value excluding VAT: 550000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

50710000  -  Repair and maintenance services of electrical and mechanical building installations
II.2.3)

Place of performance

NUTS code:  UKK1 -  Gloucestershire, Wiltshire and Bristol/Bath area
Main site or place of performance:  
Thornbury
II.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.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 550000.00  GBP
II.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.
II.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.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  08/07/2021
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 19/08/2021
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  04/01/2022

Section VI: Complementary information

VI.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
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

Royal Courts of Justice
Strand
London
London
UK
Internet address: http://www.justice.gov.uk

VI.4.2)

Body responsible for mediation procedures

Royal Courts of Justice
Strand
London
London
UK
Internet address: http://www.justice.gov.uk

VI.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.
VI.4.4)

Service from which information about the review procedure may be obtained

Magnox Limited
Oldbury Technical Centre, Oldbury Naite
Thornbury
BS35 1RQ
UK