Opportunity

Suffolk Street Lighting LED Upgrade

  • Suffolk County Council

F02: Contract notice

Notice reference: 2021/S 000-000505

Published 11 January 2021, 3:32pm



Section one: Contracting authority

one.1) Name and addresses

Suffolk County Council

Endeavour House, Russell Road

IPSWICH

IP1 2BX

Contact

Martin Jennings

Email

martin.jennings@suffolk.gov.uk

Telephone

+44 1473260450

Country

United Kingdom

NUTS code

UKH14 - Suffolk

Internet address(es)

Main address

www.suffolksourcing.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.suffolksourcing.uk

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.