Section one: Contracting authority/entity
one.1) Name and addresses
Chelsea and Westminster Hospital NHS Foundation Trust
Unit G3, Harbour Yard, Chelsea Harbour
London
SW10 0XD
Contact
chelwest.tenders@nhs.net
Country
United Kingdom
Region code
UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Internet address(es)
Main address
Buyer's address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Main Low Voltage Panel
two.1.2) Main CPV code
- 31214000 - Switchgear
two.1.3) Type of contract
Supplies
two.1.4) Short description
There is a requirement for the replacement of the LV Switchgears at Chelsea and Westminster Hospital. The replace of this equipment requires significant planning and programming to ensure the continuity of the service. The trust has already completed 2 phases of the 3 planned and in order to provide continuity of infrastructure systems and to significantly reduce the electrical operational risk of unintentional electrical switching incidents. The Trust required to complete the works using the same manufacture equipment that were used in the first 2 phases of the project. Adding that the planning and programming cannot be completed without the support of the supplier which has been actively involved in the planning and design of this works.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,017,100
two.2) Description
two.2.2) Additional CPV code(s)
- 71323100 - Electrical power systems design services
two.2.3) Place of performance
NUTS codes
- UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Main site or place of performance
Chelsea and Westminster Hospital
two.2.4) Description of the procurement
There is a requirement for the replacement of the LV Switchgears at Chelsea and Westminster Hospital. The replace of this equipment requires significant planning and programming to ensure the continuity of the service. The trust has already completed 2 phases of the 3 planned and in order to provide continuity of infrastructure systems and to significantly reduce the electrical operational risk of unintentional electrical switching incidents. The Trust required to complete the works using the same manufacture equipment that were used in the first 2 phases of the project. Adding that the planning and programming cannot be completed without the support of the supplier which has been actively involved in the planning and design of this works.
two.2.5) Award criteria
Price
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
Phase 1 and 2 of the replacement switchgear has been completed , phase 3 now require to use same switchgear as previous phases
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section five. Award of contract/concession
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
8 February 2023
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
A F Switchgear Ltd
nunn brook road
sutton in ashfield
NG17 2HU
Telephone
+44 1623555600
Country
United Kingdom
NUTS code
- UKF11 - Derby
National registration number
01179371
Internet address
The contractor/concessionaire is an SME
No
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: £1,017,100
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
The High Court
The Strand
London
WC2A 2LL
Country
United Kingdom