Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Structured Cabling Installation and Repair Works for BCP Council

  • First published: 23 November 2021
  • Last modified: 23 November 2021
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
Bournemouth, Christchurch and Poole Council
Authority ID:
AA78746
Publication date:
23 November 2021
Deadline date:
05 January 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
45315100 Electrical engineering installation works Electrical installation work of heating and other electrical building-equipment
45310000 Electrical installation work Building installation work
45314320 Installation of computer cabling Installation of telecommunications equipment
32421000 Network cabling Network equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@bcpcouncil.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.