Supply and Installation of Replacement Ward Nurse Stations at 3 Sites in Kent

Complete

Value

£45,000

Classifications

  • Site preparation work

Tags

  • tender

Submission Deadline

3 years ago

Published

3 years ago

Description

Kent Community Health NHS Foundation Trust are looking to appoint a contractor for the Supply and Installation of Replacement Ward Nurse Stations together with associated IT and Electrical works and making good works at the following 3 (local) sites:

1.	Faversham Cottage Hospital, Stone Street, Faversham, Kent, ME13 8PS
2.	Deal Victoria Hospital, Victoria Hospital, London Road, Deal, CT14 9UA
3.	Whitstable and Tankerton Hospital, 174-176 Northwood Road, Tankerton, Whitstable, Kent CT5 3HN 
 
Bidders must:
•	Be Constructionline registered with Silver Verified status. 

The type of contract: JCT Minor Works Contract (2016 edition) and subject to NHS Purchase Order Terms and Conditions.

KCHFT would currently like potential suppliers to express their interest in this opportunity which will be completed via the Due North e-procurement portal. No member of staff is to be contacted directly.  If you are not already registered on the Proactis Portal, please use the following link to register for free: https://procontract.due-north.com/Register. 

The Due North project id for this opportunity is DN634041 .

Once suppliers have expressed their interest, all ITT Documents will be sent to them via the Due North Portal on 05/10/2022. 

Site visits will be held on the 13th October, 2022 with provision for an additional date on the 14th October, 2022, should this be required - dates and times will be confirmed once attendee numbers are known. 

Works are anticipated to commence 05/12/2022 with completion by 28/02/2023.

Similar Contracts

Open

Parking Scheme at Bowers Place, Crawley Down, West Sussex, RH10 4HY

Worth Parish Council (WPC) invites tenders for the "Parking Scheme at Bowers Place, Crawley Down, West Sussex, RH10 4HY". The Parking Scheme involves the construction of eighteen parking spaces in a layby format in Bowers Place adjacent to the village green. The work is to take place within the publicly maintained highway and will be the subject of a Section 278 agreement with West Sussex County Council. It is anticipated a revised planning application will be approved by Mid Sussex District Council on Monday 1st December 2025. The Section 278 agreement application can then be submitted with a view to commencement on site being possible in late February 2026. WPC have funding for the project in place and have appointed Paul Budgen Associates LLP (t/as PBA Planning) as the Project Manager to deliver the scheme as soon as possible. Tenders should be based on the details included in the following document bundle: a.PBA Planning drawing reference WPC25-01 [Existing Site Plan and Location Plan] b.PBA Planning drawing reference WPC25-02 REV A [Section 278 Plan] c.PBA Planning drawing reference WPC25-03 REV A [Sections] d.PJC document reference PJC/6619/24-01 Rev 01 [Arboricultural impact assessment, method statement and tree protection plan] e.WSCC S278/38/17 B f.ASSET SEARCH - ALL POINTS FIBRE [39524903] g.ASSET SEARCH - SGN [39524903] h.ASSET SEARCH - UKPN [39524903] The works involve constructing eighteen parking spaces including: a.Preparing Construction Phase Plan. b.Setting up and maintaining site welfare and storage arrangements. c.Excavation of the existing verge and laying sub-base, binder course and wearing course including overlaying existing footpath with wearing course. d.Construction of utility protection points. e.Replacing section of play area fence and construction of short section of footpath to the village green. All contractors will have been deemed to have visited the site prior to finalising their tender to familiarise themselves with site constraints, access and existing conditions and account for these in their bid. You are strongly advised to meet the Project Manager to inspect the site. Site visits can be arranged via email to [email protected] or by phoning 01342 718827. Prospective contractors must comply with the Bribery Act 2010 and must not contact Worth Parish Council employees, councillors, or the Project Manager to influence or support their tender outside the prescribed procurement process. Any attempt to do so may result in disqualification from the tendering process. Any actual or perceived conflicts of interest that a contractor may have with Worth Parish Council employees, councillors, or the Project Manager, must be fully disclosed when completing Appendix C - Declaration Regarding Conflicts of Interest. Contractors will need to provide the following minimum requirements in addition to their bid price: •Fully costed schedule of works. •Completed Declaration of Non-Collusion (Appendix B). •Completed Declaration regarding Conflicts of Interest (Appendix C). •Proof of public liability insurance (at least £10m). •Latest published accounts. •Health and safety policies. Bids that are not supported with the minimum requirements above will not be eligible for evaluation or scoring. Price will not be the only determining factor in awarding the contract and the following information must be provided in support of your bid: •Evidence of technical capability. •Previous examples of similar works. •Previous examples of CDM compliance. •Project timeline and delivery plan including lead time and delivery time.

Katy Reed

Published 2 weeks ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete