Section one: Contracting authority
one.1) Name and addresses
Suffolk County Council
Endeavour House, Russell Road
IPSWICH
IP1 2BX
Contact
Martin Jennings
martin.jennings@suffolk.gov.uk
Telephone
+44 1473260450
Country
United Kingdom
NUTS code
UKH14 - Suffolk
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
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
Suffolk Street Lighting LED Upgrade
Reference number
CD1310-2
two.1.2) Main CPV code
- 34928500 - Street-lighting equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Street Lighting LED Upgrade (Equipment Replacement) contract will primarily consist of the replacement of 42,731 existing lanterns with LED lanterns such that the Service comprises the following ‘works’:• Survey;• Design;• Supply;• Removal / installation;• Updating inventory;• Verification.
two.1.5) Estimated total value
Value excluding VAT: £9,000,000
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
- 31712341 - Light-emitting diodes
- 45316110 - Installation of road lighting equipment
- 34928530 - Street lamps
- 34993000 - Road lights
two.2.3) Place of performance
NUTS codes
- UKH - EAST OF ENGLAND
Main site or place of performance
Suffolk
two.2.4) Description of the procurement
The Street Lighting LED Upgrade (Equipment Replacement) contract will primarily consist of the replacement of 42,731 existing lanterns with LED lanterns
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2021
End date
31 December 2022
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Each tenderer must submit a Tender for the Mandatory Bid as set out below. This must contain all pricing information and quality statements.Any reference to any documents from recognised formal bodies such as the British Standards Institution, International Organisation for Standardization, Illuminating Engineering Society standard, Institution of Lighting Professionals are considered as correct at the date of issue of this Invitation to Tender. If any referenced documents are superseded during the Tender Period, adherence to the revised documents is expected, in order for any submission to be regarded as a compliant Mandatory Bid, rather than solely taken into account in any Variant Bids.In addition to this, tenderers may also submit Variant Bids for one or all of the options set out below. Variant Bids must contain all the same information in the same order and in the same numbered format as the Mandatory Bid. For each bid submitted, clarification on how the tenderer would deliver the potential additional scope of similar equipment replacement work for the third parties prior to the 31st March 2023 is required.Please note: A Variant Bid will only be considered once the Council has determined that the tenderer has submitted a compliant Mandatory Bid.Mandatory Bid Equipment replacement works to be carried out over a maximum period of 2 yearsOptional:Variant Bid 1 Equipment replacement to be carried out over a period less than that of the Mandatory Bid. Programme to be proposed by the tenderer.Optional:Variant Bid 2 Alternative capital cost of lanterns but offering reduced energy consumptionAny variant bids which are received will be evaluated against the same award criteria as set for standard compliant bids.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The Council appointed Design for Lighting to assist in the production of the technical documents that support the Tender, this included Volume 3, Volume 4, Volume 5 and Volume 6 which have been provided to all bidders. Their involvement did not include writing the terms and conditions, the evaluation criteria and weightings and they shall not be involved in the evaluation of tenders
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Selection criteria as stated in the procurement documents
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
12:00pm
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
Tender must be valid until: 1 April 2021
four.2.7) Conditions for opening of tenders
Date
11 February 2021
Local time
12:00pm
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.3) Additional information
Suffolk County Council reserves the right to procure repeat requirements of a similar nature without a further call for competition pursuant to Regulation 32 of the public contracts Regulations 2015Suffolk County Council recognises this opportunity may be attractive to infiltration by organised crime groups. Suffolk County Council reserves the right to include enhanced probity checks/requirements during the procurement and delivery stages of this project.
six.4) Procedures for review
six.4.1) Review body
Suffolk County Council
Ipswich
IP1 2BX
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Suffolk County Council incorporates a minimum 10 calendar day standstill period from the point at which information on the award of contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. If an appeal regarding the award of contract has not been successfully resolved: The Public Contracts Regulations 2015 as amended provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules, to take action in the High Court (England, Wales and Northern Ireland) Any such action must be brought promptly.