Awarded contract

Suffolk Street Lighting LED Upgrade

  • Suffolk County Council

F03: Contract award notice

Notice reference: 2021/S 000-015167

Published 2 July 2021, 10:30am



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.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.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £9,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 34928500 - Street-lighting equipment
  • 31712341 - Light-emitting diodes
  • 45316110 - Installation of road lighting equipment
  • 34993000 - Road lights
  • 34928530 - Street lamps

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

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 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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-000505


Section five. Award of contract

Contract No

CD1310-2

Lot No

1

Title

Street Lighting LED Upgrade

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

2 July 2021

five.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Bouygues E&S Solutions Limited

Welwyn Garden City

Country

United Kingdom

NUTS code
  • UKH23 - Hertfordshire
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £9,000,000

Total value of the contract/lot: £9,000,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Suffolk County Council

Ipswich

IP1 2BX

Country

United Kingdom