Section one: Contracting authority
one.1) Name and addresses
Liverpool City Council
4th Floor, Cunard Building
Liverpool
L3 1DS
Contact
Mr Roger Ruffles
Roger.Ruffles@liverpool.gov.uk
Telephone
+44 1512330590
Fax
+44 1512330590
Country
United Kingdom
NUTS code
UKD7 - Merseyside
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/
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
Street Lighting – LED Implementation & Energy Saving Programme (Phases 3,4 & 5)
Reference number
DN505166
two.1.2) Main CPV code
- 45316110 - Installation of road lighting equipment
two.1.3) Type of contract
Works
two.1.4) Short description
Phases 3, 4 & 5 of the Street Lighting LED programme is aimed predominantly at traffic routes across the City. The contract will include the replacement of approximately 3000 life expired concrete lighting columns along with around 19,000 LED lantern conversions.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34928500 - Street-lighting equipment
- 34928510 - Street-lighting columns
- 45316110 - Installation of road lighting equipment
- 50232110 - Commissioning of public lighting installations
two.2.3) Place of performance
NUTS codes
- UKD7 - Merseyside
two.2.4) Description of the procurement
Phases 3, 4 & 5 of the Street Lighting LED programme is aimed predominantly at traffic routes across the City. The contract will include the replacement of approximately 3000 life expired concrete lighting columns along with around 19,000 LED lantern conversions.
Phases 1 & 2 of the Street Lighting LED programme have demonstrated the energy savings that can be achieved. The continuation of the programme will help reduce further the costs associated with the street lighting asset but will also help the Council reduce its CO2 emissions and annual electricity consumption.
During Phase 2 of the programme, concrete columns on traffic routes were identified as having a high risk of structural failure due to their age and condition. As a result, Phase 3, 4 and 5 of the programme will prioritise the replacement of these columns reducing the risk of failure and subsequent risk of damage to property and persons and the disruption to traffic on key routes across the City.
The programme must be complete in 18 months.
two.2.5) Award criteria
Quality criterion - Name: Proposed Delivery Team / Weighting: 5%
Quality criterion - Name: LED Luminaire / Weighting: 20%
Quality criterion - Name: Supervision & Testing / Weighting: 7%
Quality criterion - Name: Programme / Weighting: 8%
Quality criterion - Name: Social Value/Fair City / Weighting: 10%
Price - Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
Yes
Description of renewals
Extension will be subject to further governance within the Council, and is not guaranteed to be offered. The programme must be complete within 18 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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 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
11 February 2021
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
11 February 2021
Local time
2:00pm
Place
Electronically; Liverpool City Council.
Information about authorised persons and opening procedure
Opened via a procurement person with access to Procontract; a seperate, electronic auditable record is maintained.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
CEDR
70 Fleet Street
London
EC4Y 1EU
Telephone
+44 2075366000
Fax
+44 2075366001
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
CEDR
70 Fleet Street
London
EC4Y 1EU
Telephone
+44 2075366000
Fax
+44 2075366001
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Contained within the tender documentation, and available further from CEDR.
six.4.4) Service from which information about the review procedure may be obtained
CEDR
70 Fleet Street
London
EC4Y 1EU
Telephone
+44 2075366000
Fax
+44 2075366001
Country
United Kingdom