Tender

Provision of ICT Data Cabling and Maintenance Services

  • King’s College Hospital NHS Foundation Trust

F02: Contract notice

Notice identifier: 2024/S 000-021924

Procurement identifier (OCID): ocds-h6vhtk-047de8

Published 16 July 2024, 5:39pm



Section one: Contracting authority

one.1) Name and addresses

King’s College Hospital NHS Foundation Trust

KCH Business Park, 129 Coldharbour Lane

London

SE5 9NY

Contact

Kenneth Ip

Email

kenneth.ip@nhs.net

Telephone

+44 2045588702

Country

United Kingdom

Region code

UKI45 - Lambeth

Internet address(es)

Main address

https://www.kch.nhs.uk/

Buyer's address

https://www.kch.nhs.uk/

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

Tenders or requests to participate must be submitted to the above-mentioned 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

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

Provision of ICT Data Cabling and Maintenance Services

two.1.2) Main CPV code

  • 32581100 - Data-transmission cable

two.1.3) Type of contract

Supplies

two.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.

3 year contract (with potential extensions of 1 + 1 year)

two.1.5) Estimated total value

Value excluding VAT: £2,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 32562300 - Optical-fibre cables for data transmission
  • 32562100 - Optical-fibre cables for information transmission
  • 32521000 - Telecommunications cable
  • 32581100 - Data-transmission cable
  • 45314320 - Installation of computer cabling
  • 45314300 - Installation of cable infrastructure

two.2.3) Place of performance

NUTS codes
  • UKI45 - Lambeth

two.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.

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.

This will include Equipment, materials, labour and services to provide the infrastructure to support this involves, but not limited to:

• Horizontal infrastructure (Category 6A U/FTP or F/FTP);
• Backbone infrastructure (Optical Fibre OS2 and/or OM4);
• Equipment Cabinet, frames, racks and enclosures;
• Intelligent PDUs (Power Distribution Units);
• Termination frames and panels;
• Multi-purpose telecommunication outlets;
• Supply of drop cables to connect horizontal cabling to connect network services.
• Generation of base line patching schedules;
• Documentation and Submissions

Associated works by other include:
• 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.
• Telecommunications grounding and bonding point, provided by appointed Electrical Subcontractor
• Builder’s work in relation to the contract and works, includes removal and replacement of fire-stopping and/or fire compartmentation
• Patching of users (ICT staff, CEF staff and various Trust’s care groups)
• Provision of managed service for cabling system/infrastructure (for GSTT only)

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 October 2024

End date

30 September 2029

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

Parts of SQ criteria

two.2.10) Information about variants

Variants will be accepted: No

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

12 August 2024

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

23 August 2024

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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 six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

six.4) Procedures for review

six.4.1) Review body

High Court of Justice for England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom