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
Telephone
+44 2045588702
Country
United Kingdom
Region code
UKI45 - Lambeth
Internet address(es)
Main address
Buyer's address
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