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.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 If any referenced documents are superseded during the Tender Period, adherence to the revised documents is expected, in order for any submission to be regarded as a compliant Mandatory Bid, rather than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