Construction Tenders

Thu October 17 2024

Related Information

Construction Contract Leads

London

Category Works

Type

No. of Lots 1

Status Active

Published 1st Nov 2023

Tender Details
Referenceocds-h6vhtk-041120
Common Procurement VocabularyElectrical installation work
Procurement MethodRestricted procedure
Value£2,500,000
« Previous Page

London

Category Works

Type

No. of Lots 1

Status Active

Published 1st Nov 2023

Tender Details
Referenceocds-h6vhtk-041120
Common Procurement VocabularyElectrical installation work
Procurement MethodRestricted 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

Email

robert.bennett5 [at] stgeorges.nhs.uk

Telephone

+49 7920141553

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://www.stgeorges.nhs.uk/

Buyer's address

https://www.stgeorges.nhs.uk/

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

Email

InternationalRelationsJudicialOffice [at] judiciary.uk

Country

United Kingdom

Internet address

https://www.judiciary.uk/

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).