Contract notice
Section I: Contracting
authority
I.1) Name and addresses
King’s College Hospital NHS Foundation Trust
KCH Business Park, 129 Coldharbour Lane
London
SE5 9NY
UK
Contact person: Kenneth Ip
Telephone: +44 2045588702
E-mail: kenneth.ip@nhs.net
NUTS: UKI45
Internet address(es)
Main address: https://www.kch.nhs.uk/
Address of the buyer profile: https://www.kch.nhs.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://health-family.force.com/s/Welcome
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://health-family.force.com/s/Welcome
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of ICT Data Cabling and Maintenance Services
II.1.2) Main CPV code
32581100
II.1.3) Type of contract
Supplies
II.1.4) Short description
This is a collaborative procurement exercise between King's College Hospital NHS Foundation Trust and Guys and St Thomas NHS Foundation trust for the network cabling works and maintenance services.<br/><br/>3 year contract (with potential extensions of 1 + 1 year)
II.1.5) Estimated total value
Value excluding VAT:
2 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
32562300
32562100
32521000
32581100
45314320
45314300
II.2.3) Place of performance
NUTS code:
UKI45
II.2.4) Description of the procurement
This document forms the basis for KCH and GSTT/RBH to procure an agreement with a Supplier(s) for the supply of additional voice, data, and fibre cabling throughout KCH and GSTT/RBH, support the maintenance/repair of existing voice and data cables of both copper and fibre, and provide ancillary support for the technical spaces team.<br/><br/>The cabling services shall provide and maintain IT cabling services 24/7/365 and agree to undertake, provide and install cabling (fibre backbone / copper & bespoke) delivery to the specifications compliant with the Trust’s Capital, Estates & Facilities (CEF)’s quality standard, polices and procedure. <br/><br/>This will include Equipment, materials, labour and services to provide the infrastructure to support this involves, but not limited to:<br/><br/>• Horizontal infrastructure (Category 6A U/FTP or F/FTP);<br/>• Backbone infrastructure (Optical Fibre OS2 and/or OM4);<br/>• Equipment Cabinet, frames, racks and enclosures;<br/>• Intelligent PDUs (Power Distribution Units);<br/>• Termination frames and panels;<br/>• Multi-purpose telecommunication outlets;<br/>• Supply of drop cables to connect horizontal cabling to connect network services.<br/>• Generation of base line patching schedules;<br/>• Documentation and Submissions<br/><br/>Associated works by other include:<br/>• Horizontal and vertical containment “communication containment” (i.e. cable tray, trunking, conduits), together with floor boxes, wall and ceiling mounted back boxes, provided by the appointed Electrical Subcontractor.<br/>• Telecommunications grounding and bonding point, provided by appointed Electrical Subcontractor<br/>• Builder’s work in relation to the contract and works, includes removal and replacement of fire-stopping and/or fire compartmentation<br/>• Patching of users (ICT staff, CEF staff and various Trust’s care groups)<br/>• Provision of managed service for cabling system/infrastructure (for GSTT only)
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:
2 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/10/2024
End:
30/09/2029
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
Parts of SQ criteria
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
For details ,please refer to the SQ
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
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
12/08/2024
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
23/08/2024
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
VI.4) Procedures for review
VI.4.1) Review body
High Court of Justice for England and Wales
The Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
16/07/2024