Opportunity

Structured Cabling Installation and Repair Works for BCP Council

  • Bournemouth, Christchurch and Poole Council

F02: Contract notice

Notice reference: 2021/S 000-029005

Published 22 November 2021, 9:53am



Section one: Contracting authority

one.1) Name and addresses

Bournemouth, Christchurch and Poole Council

Town Hall, Bourne Avenue

Bournemouth

BH2 6DY

Email

procurement@bcpcouncil.gov.uk

Country

United Kingdom

NUTS code

UKK2 - Dorset and Somerset

Internet address(es)

Main address

https://www.bcpcouncil.gov.uk

Buyer's address

https://www.supplyingthesouthwest.org.uk

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.supplyingthesouthwest.org.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Structured Cabling Installation and Repair Works for BCP Council

Reference number

DN570071

two.1.2) Main CPV code

  • 32421000 - Network cabling

two.1.3) Type of contract

Supplies

two.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.

two.1.5) Estimated total value

Value excluding VAT: £300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 32421000 - Network cabling
  • 45310000 - Electrical installation work
  • 45314320 - Installation of computer cabling
  • 45315100 - Electrical engineering installation works

two.2.3) Place of performance

NUTS codes
  • UKK2 - Dorset and Somerset

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £300,000

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

Start date

1 February 2022

End date

31 January 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.

two.2.10) Information about variants

Variants will be accepted: No

two.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.

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.1.2) 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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

5 January 2022

Local time

2:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

5 January 2022

Local time

2:00pm

Information about authorised persons and opening procedure

All tenders are electronically sealed and opened by the Council's Democratic Services team.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.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.

six.4) Procedures for review

six.4.1) Review body

High Courts of Justice

The Royal Court of Justice

London

WCA 2LL

Country

United Kingdom

six.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).

six.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

Country

United Kingdom