Construction Contract Leads
London
Category Works
Type
No. of Lots 1
Status Active
Published 1st Nov 2023
Reference | ocds-h6vhtk-041120 |
Common Procurement Vocabulary | Electrical installation work |
Procurement Method | Restricted procedure |
Value | £2,500,000 |
London
Category Works
Type
No. of Lots 1
Status Active
Published 1st Nov 2023
Reference | ocds-h6vhtk-041120 |
Common Procurement Vocabulary | Electrical installation work |
Procurement Method | Restricted procedure |
Value | £2,500,000 |
Section I: Contracting authority
I.1) Name and addresses
St George's University Hospitals NHS Foundation Trust
Blackshaw Road, Tooting
London
SW17 0QT
Contact
Robert Bennett
robert.bennett5 [at] stgeorges.nhs.uk
Telephone
+49 7920141553
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
Buyer's address
I.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
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Electrical Substation Installation Work for ITU and Renal New Buildings at St George's Hospital, Tooting
Reference number
C220658
II.1.2) Main CPV code
- 45310000 - Electrical installation work
II.1.3) Type of contract
Works
II.1.4) Short description
Electrical Substation Installation Work for ITU and Renal New Buildings at St George's Hospital, Tooting.
The contract will include the supply of substations, transformers and generators.
The contract will include LV and HV work and commissioning of the new electrical equipment.
Construction of the substation buildings is not within the scope of this contract.
There are 170 documents attached to this competition, numbered 001 to 170. Please start by reading 168, then 167 and 165.
If, after expressing interest, you cannot access any of the documents, please contact me outside the Atamis portal.
If you are unable to access some documents or have a clarification question, please send a message on the Atamis portal.
Kind Regards,
Robert Bennett
Head of Procurement - Capital & Major Projects
SWL Procurement Partnership
(on behalf of St George's University Hospitals NHS Foundation Trust)
robert.bennett5 [at] nhs.net
II.1.5) Estimated total value
Value excluding VAT: £2,500,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 45315100 - Electrical engineering installation works
II.2.3) Place of performance
NUTS codes
- UKI34 - Wandsworth
Main site or place of performance
St George's Hospital, Blackshaw Road, Tooting, London
II.2.4) Description of the procurement
Electrical Substation Installation Work for ITU and Renal New Buildings at St George's Hospital, Tooting.
The contract will include the supply of substations, transformers and generators.
The contract will include LV and HV work and commissioning of the new electrical equipment.
Construction of the substation buildings is not within the scope of this contract.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £2,500,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
7
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Supplier Questionnaire responses will be scored and the highest scoring six suppliers (which have passed all pass/fail criteria) will be invited to bid.
The scores will be primarily determined by the degree to which a company demonstrates its technical and professional competence at similar work in answering SQ Part 3 question 6.1.
A full explanation of the scoring and selection methodology is given in the procurement documents.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Conditions are fully described in the procurement documentation
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
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about the 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
1 December 2023
Local time
5:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
7 December 2023
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 31 March 2024
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.4) Procedures for review
VI.4.1) Review body
High Court and Court of Appeal of England and Wales
Strand
London
WC2A 2LL
InternationalRelationsJudicialOffice [at] judiciary.uk
Country
United Kingdom
Internet address
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures
The contracting authority will operate a minimum 10 calendar day standstill period at the point information on the award of contract is communicated to tenderers to provide time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Unsuccessful tenderers shall be notified by the contracting authority as soon as possible after the decision is made as to the reasons why they were unsuccessful. The Public Contracts Regulations 2015 provide that aggrieved parties who have been harmed, or are at risk of harm, by breach of the rules are to take action in the High Court (England, Wales and Northern Ireland).