Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Bournemouth, Christchurch and Poole Council
Town Hall, Bourne Avenue
Bournemouth
BH2 6DY
UK
E-mail: procurement@bcpcouncil.gov.uk
NUTS: UKK2
Internet address(es)
Main address: https://www.bcpcouncil.gov.uk
Address of the buyer profile: https://www.supplyingthesouthwest.org.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.supplyingthesouthwest.org.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.supplyingthesouthwest.org.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Structured Cabling Installation and Repair Works for BCP Council
Reference number: DN570071
II.1.2) Main CPV code
32421000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The ICT Infrastructure department of BCP Council require a cabling company to carry out installations and repairs to the structured cabling on its current properties and any future properties that might be acquired. Properties vary in size and type, from Bournemouth Town Hall, part of which is a Grade 2 Listed Building that can house 2,500 people, to sites that have only two employees. Support will also be required to cover Poole Town fibre network, which is largely installed in highways.
The Council reserves the rights to add or remove sites to be serviced throughout the term of the contract and all structured cabling needs must be met by the company.
This contract will be a call-off contract based on a schedule of rates and a mark-up to be applied on the cost of materials to be used. For each new requirement, the Council will require the Supplier to attend and survey the site(s) and provide quotes for each job within 10 working days of the request.
For further information on the requirement, please express an interest through www.supplyingthesouthwest.org.uk to view the documentation.
II.1.5) Estimated total value
Value excluding VAT:
300 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
32421000
45310000
45314320
45315100
II.2.3) Place of performance
NUTS code:
UKK2
II.2.4) Description of the procurement
The ICT Infrastructure department of BCP Council require a cabling company to carry out installations and repairs to the structured cabling on its current properties and any future properties that might be acquired. Properties vary in size and type, from Bournemouth Town Hall, part of which is a Grade 2 Listed Building that can house 2,500 people, to sites that have only two employees. Support will also be required to cover Poole Town fibre network, which is largely installed in highways.
The Council reserves the rights to add or remove sites to be serviced throughout the term of the contract and all structured cabling needs must be met by the company.
This contract will be a call-off contract based on a schedule of rates and a mark-up to be applied on the cost of materials to be used. For each new requirement, the Council will require the Supplier to attend and survey the site(s) and provide quotes for each job within 10 working days of the request.
The Supplier will be required to supply all equipment for installing and repairing structured cabling to industry standards for BCP Council supported sites and offices, this will include but is not limited to:
• network cabinets of various sizes including sound proofing when required;
• patch panels;
• trunking;
• wall/ceiling/floor mounted patch points;
• copper cabling: Cat 5e and Cat 6, also the ability to provide Cat 6A, 7, 7A and 8;
• fibre Cabling: Multimode OM1 OM 2 OM 3 OM 4;
• fibre Cabling: Single Mode Cabling OS1 and OS 2, for internal and external use;
• surveying sites for structured cabling and Wi-Fi installation;
• designing cable layouts for sites;
• providing free of charge quotes for works;
• use of diagnosis equipment to check cabling and cabling faults;
• and providing high quality and fit for purpose cables.
It is intended that the contract will start on 1 February 2022. The contract will be for an initial period of three years with the option to extend annually for a further two years (3+1+1). Therefore, if all extensions were taken the total length of the contract would be for five years.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
300 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/02/2022
End:
31/01/2025
This contract is subject to renewal: Yes
Description of renewals:
The contract will be for three years with the option to extend annually for a further two years (3+1+1). Therefore, if all extensions were taken the full length of the contract would be for five years. The intended start date of the contract is 1 February 2022.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The contract will be for three years with the option to extend annually for a further two years (3+1+1). Therefore, if all extensions were taken the full length of the contract would be for five years. The intended start date of the contract is 1 February 2022.
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
Open procedure
IV.1.8) Information about 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:
05/01/2022
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
05/01/2022
Local time: 14:00
Information about authorised persons and opening procedure:
All tenders are electronically sealed and opened by the Council's Democratic Services team.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Tender submissions must be by way of completion and submission of the Standard Selection Questionnaire (in accordance with the requirements set out in the Standard Selection Questionnaire) and tender by the date and time specified in Section IV.2.2.). The Council reserves the right not to accept tender submissions that are received after the deadline.
Bidders are encouraged to submit their submissions well in advance of the stated date and time in order to avoid technical difficulties with the electronic system that may occur due to the high volumes of traffic attempting to submit applications on the same date and time.
VI.4) Procedures for review
VI.4.1) Review body
High Courts of Justice
The Royal Court of Justice
London
WCA 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In accordance with Regulation 86 (notices of decisions to award a contract), Regulation 87 (standstill period) and Regulations 91 (enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).
VI.4.4) Service from which information about the review procedure may be obtained
High Courts of Justice
The Royal Court of Justice
London
WCA 2LL
UK
VI.5) Date of dispatch of this notice
22/11/2021