Opportunity

KMCHS-328 Framework Agreement for the Supply of Street Lighting Equipment – Yorkshire Alliance Contract 13 March 2021 to 12 March 2023 (with provision to extend to 12 March 2025)

  • Kirklees Council
  • City of Bradford Metropolitan District Council
  • City of York Council

F02: Contract notice

Notice reference: 2021/S 000-004233

Published 3 March 2021, 11:59am



Section one: Contracting authority

one.1) Name and addresses

Kirklees Council

High Street

Huddersfield

HD1 2NF

Contact

Mr Andy Holt

Email

highways.contracts@kirklees.gov.uk

Telephone

+44 1484221000

Country

United Kingdom

NUTS code

UKE44 - Calderdale and Kirklees

Internet address(es)

Main address

http://www.kirklees.gov.uk

Buyer's address

https://www.yortender.co.uk

one.1) Name and addresses

City of Bradford Metropolitan District Council

City Hall

Bradford

BD1 1HY

Contact

Andy Holt

Email

highways.contracts@kirklees.gov.uk

Country

United Kingdom

NUTS code

UKE41 - Bradford

Internet address(es)

Main address

http://www.bradfrod.gov.uk

Buyer's address

https://www.yortender.co.uk

one.1) Name and addresses

City of York Council

Hazel Court

York

YO10 3DS

Contact

Andy Holt

Email

highways.contracts@kirklees.gov.uk

Country

United Kingdom

NUTS code

UKE21 - York

Internet address(es)

Main address

http://www.york.gov.uk

Buyer's address

https://www.yortender.co.uk

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

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

https://www.yortender.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.yortender.co.uk

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

KMCHS-328 Framework Agreement for the Supply of Street Lighting Equipment – Yorkshire Alliance Contract 13 March 2021 to 12 March 2023 (with provision to extend to 12 March 2025)

Reference number

DN508967

two.1.2) Main CPV code

  • 34928500 - Street-lighting equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Supply of Street Lighting Equipment West Yorkshire Contract which will consist of the following categories including other associated equipment but not limited to the supply of:- Street Lighting Columns,(Categories A1-A6), Raising and Lowering, Spigot Mounting, Extension Brackets, Embellishment Kit, Spigot Adapator etc.

Traffic Sign Posts (Category B1) – Sign Posts

Street Lighting Luminaires and Control Gear (Categories C1 - C5) – Road Lighting Lanterns with integral electronic gear incl. lamp & Nema Socket, Zebra Lanterns, Road Lighting PECU, Other, Sign Lanterns, LED Gear Tray, LED Lanterns, etc.

Street Lighting Lamps (Category D1) – Road Lighting Units

Street Lighting Bollards (Category E1 – E4) – Internally Illuminated Bollards, Retro Reflective Bollards, SolarPowered Bollards, Sundries for Bollards

Street Lighting Sundries (Category F1-F9) – Cable & duct, Earth Wire, Cable Joints and Terminations, Earth Electrodes, Ballasts, Fuses etc. Details of Lots See 11.1.6.

two.1.5) Estimated total value

Value excluding VAT: £15,200,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The contracting authority reserves the right to award contracts combining the following lots or groups of lots: City of Bradford Metropolitan Council - Lot 1, Kirklees Council - Lot 2, City of York Council- Lot 3

two.2) Description

two.2.1) Title

City of Bradford Metropolitan Council - Supply of Street Lighting Equipment West Yorkshire Contract - KMCSH-328

Lot No

1

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 34000000 - Transport equipment and auxiliary products to transportation

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

Geographical area of Bradford, West Yorkshire

two.2.4) Description of the procurement

The Supply of Street Lighting Equipment West Yorkshire Contract which will consist of the following categories including other associated equipment but not limited to the supply of:- Street Lighting Columns,(Categories A1-A6), Raising and Lowering, Spigot Mounting, Extension Brackets, Embellishment Kit, Spigot Adapator etc.

Traffic Sign Posts (Category B1) – Sign Posts

Street Lighting Luminaires and Control Gear (Categories C1 - C5) – Road Lighting Lanterns with integral electronic gear incl. lamp & Nema Socket, Zebra Lanterns, Road Lighting PECU, Other, Sign Lanterns, LED Gear Tray, LED Lanterns, etc.

Street Lighting Lamps (Category D1) – Road Lighting Units

Street Lighting Bollards (Category E1 – E4) – Internally Illuminated Bollards, Retro Reflective Bollards, Solar Powered Bollards, Sundries for Bollards

Street Lighting Sundries (Category F1-F9) – Cable & duct, Earth Wire, Cable Joints and Terminations, Earth Electrodes, Ballasts, Fuses etc. Details of Lots See 11.1.6.

two.2.5) Award criteria

Cost criterion - Name: Lowest Price tender / Weighting: 100

two.2.6) Estimated value

Value excluding VAT: £1,800,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The above duration is for an initial 24 months contract with the option to extend for two further 12 month periods (1+1).

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

two.2) Description

two.2.1) Title

Kirklees Council - Supply of Street Lighting Equipment Yorkshire Alliance Contract - KMCHS-328

Lot No

2

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 34000000 - Transport equipment and auxiliary products to transportation

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

Geographical area of Kirklees, West Yorkshire

two.2.4) Description of the procurement

The Supply of Street Lighting Equipment West Yorkshire Contract which will consist of the following categories including other associated equipment but not limited to the supply of:- Street Lighting Columns,(Categories A1-A6), Raising and Lowering, Spigot Mounting, Extension Brackets, Embellishment Kit, Spigot Adapator etc.

Traffic Sign Posts (Category B1) – Sign Posts

Street Lighting Luminaires and Control Gear (Categories C1 - C5) – Road Lighting Lanterns with integral electronic gear incl. lamp & Nema Socket, Zebra Lanterns, Road Lighting PECU, Other, Sign Lanterns, LEDGear Tray, LED Lanterns, etc.

Street Lighting Lamps (Category D1) – Road Lighting Units

Street Lighting Bollards (Category E1 – E4) – Internally Illuminated Bollards, Retro Reflective Bollards, Solar Powered Bollards, Sundries for Bollards

Street Lighting Sundries (Category F1-F9) – Cable & duct, Earth Wire, Cable Joints and Terminations, Earth Electrodes, Ballasts, Fuses etc. Details of Lots See 11.1.6.

two.2.5) Award criteria

Cost criterion - Name: Lowest Price Tender / Weighting: 100

two.2.6) Estimated value

Value excluding VAT: £12,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The above duration is for an initial 24 months contract with the option to extend for two further 12 month periods (1+1).

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

two.2) Description

two.2.1) Title

City of York Council - Supply of Street Lighting Equipment Yorkshire Alliance Contract - KMCHS-328

Lot No

3

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 34000000 - Transport equipment and auxiliary products to transportation

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

Geographical area of York, North Yorkshire

two.2.4) Description of the procurement

The Supply of Street Lighting Equipment West Yorkshire Contract which will consist of the following categories including other associated equipment but not limited to the supply of:- Street Lighting Columns,(Categories A1-A6), Raising and Lowering, Spigot Mounting, Extension Brackets, Embellishment Kit, Spigot Adapator etc.

Traffic Sign Posts (Category B1) – Sign Posts

Street Lighting Luminaires and Control Gear (Categories C1 - C5) – Road Lighting Lanterns with integral electronic gear incl. lamp & Nema Socket, Zebra Lanterns, Road Lighting PECU, Other, Sign Lanterns, LED Gear Tray, LED Lanterns, etc.

Street Lighting Lamps (Category D1) – Road Lighting Units

Street Lighting Bollards (Category E1 – E4) – Internally Illuminated Bollards, Retro Reflective Bollards, Solar Powered Bollards, Sundries for Bollards

Street Lighting Sundries (Category F1-F9) – Cable & duct, Earth Wire, Cable Joints and Terminations, Earth Electrodes, Ballasts, Fuses etc. Details of Lots See 11.1.6.

two.2.5) Award criteria

Cost criterion - Name: Lowest Price Tender / Weighting: 100

two.2.6) Estimated value

Value excluding VAT: £1,400,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The above duration is for an initial 24 months contract with the option to extend for two further 12 month periods (1+1).

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 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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

Accelerated procedure

Justification:

As per the Public Contract Regulations 2015, the contracting authority haspublished a Prior Information Notice which was not itself used as a means of calling for competition, which was published in the Official Journal of the European Union on 2nd October 2020, therefore the minimum time limit for the receipt of tenders as laid down in paragraph is shortened to 15 days. Notice number in the OJ S: 2020/S 192-465115

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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.2.1) Previous publication concerning this procedure

Notice number: 2020/S 192-465115

four.2.2) Time limit for receipt of tenders or requests to participate

Date

19 March 2021

Local time

1:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

19 March 2021

Local time

1:00pm


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.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

N/A

Country

United Kingdom