Supply and Install a Fibre Nework in Dumfries
Dumfries and Galloway Council are working with NHS Dumfries and Galloway to deliver a fibre optic installation project in Dumfries.
United Kingdom-Dumfries: Network cabling
2016/S 224-408359
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Procurement Team, Carruthers House
Dumfries
DG1 2HP
United Kingdom
Telephone: +44 3033333000
E-mail: tenders.procurement@dumgal.gov.uk
NUTS code: UKM32
Internet address(es):Main address: http://www.dumgal.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00219
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Fibre Network.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Dumfries and Galloway Council are working with NHS Dumfries and Galloway to deliver a fibre optic installation project in Dumfries. As part of this project, Dumfries and Galloway Council are looking to appoint a suitable organisation to design, supply, install and commission a Fibre Network through existing ducts to provide the required fibre connectivity to Council and NHS buildings in Dumfries, in advance of the new District General Hospital (new DGRI) opening.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Dumfries and Galloway Council are working with NHS Dumfries and Galloway to deliver a fibre optic installation project in Dumfries. As part of this project, Dumfries and Galloway Council are looking to appoint a suitable organisation to design, supply, install and commission a Fibre Network through existing ducts to provide the required fibre connectivity to Council and NHS buildings in Dumfries, in advance of the new District General Hospital (new DGRI) opening.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Can be extended by a further two years on a yearly basis at the Authority’s discretion.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country I which they are established.
III.1.2)Economic and financial standing
Bidders will be required to have an average yearly turnover of a minimum 500 000 GBP for the last 3 years.
Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 10 000 000 GBP
Public Liability Insurance = 10 000 000 GBP
Professional Indemnity Insurance = 2 000 000 GBP
Product Liability Insurance = 10 000 000 GBP.
III.1.3)Technical and professional ability
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services / supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice.
Quality Management Procedures
The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).
Health and Safety Procedures
The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.
Environmental Management Procedures
The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with
BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Tender queries must be submitted using the question and answer section of this contract notice on the Public Contracts Scotland portal.
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site athttp://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=470506.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available athttp://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
The Contracting Authority does not intend to include a sub-contract clause in this contract.
(SC Ref:470506)
Download the ESPD document here: http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=470506
VI.4.1)Review body
Procurement Team, Carruthers House
Dumfries
DG1 2HP
United Kingdom
Telephone: +44 3033333000Internet address:http://www.dumgal.gov.uk
VI.4.3)Review procedure
An economic operator that suffers or risks suffering loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (as amended) may bring proceedings in the Sheriff Court or Court of Session.
VI.5)Date of dispatch of this notice:
Related Posts
Wide Area Network Strategic Review Consultancy
Wide Area Broadband Network for Hertfordshire Schools
Server Hardware – Request for Quote