Contract

T2519 Provision of a Christmas Lighting Scheme

  • Belfast City Council

F03: Contract award notice

Notice identifier: 2025/S 000-023126

Procurement identifier (OCID): ocds-h6vhtk-04e3ff (view related notices)

Published 20 May 2025, 11:38am



Section one: Contracting authority

one.1) Name and addresses

Belfast City Council

No 9, 9-21 Adelaide Street

Belfast

BT2 8DJ

Email

cps@belfastcity.gov.uk

Country

United Kingdom

Region code

UKN06 - Belfast

Internet address(es)

Main address

www.belfastcity.gov.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

T2519 Provision of a Christmas Lighting Scheme

Reference number

T2519

two.1.2) Main CPV code

  • 51110000 - Installation services of electrical equipment

two.1.3) Type of contract

Services

two.1.4) Short description

Notice of award of contract by Belfast City Council ("the Council") for the provision of a christmas lighting scheme

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: £2,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 31500000 - Lighting equipment and electric lamps
  • 31520000 - Lamps and light fittings
  • 31527200 - Exterior lights
  • 31527260 - Lighting systems
  • 50232100 - Street-lighting maintenance services
  • 50232110 - Commissioning of public lighting installations

two.2.3) Place of performance

NUTS codes
  • UKN06 - Belfast
Main site or place of performance

Belfast, County Antrim, Northern Ireland.

two.2.4) Description of the procurement

Notice of award of contract by Belfast City Council ("the Council") for the provision of a christmas lighting scheme

two.2.5) Award criteria

Quality criterion - Name: Methodology and Design principles / Weighting: 30.00

Quality criterion - Name: Maintenance and Health and Safety Approach / Weighting: 10.00

Quality criterion - Name: Partnership working / Weighting: 10.00

Quality criterion - Name: Project Plan including GANTT chart / Weighting: 5.00

Quality criterion - Name: Environmental impact / Weighting: 5.00

Quality criterion - Name: Social Value / Weighting: 15.00

Cost criterion - Name: Cost / Weighting: 25.00

two.2.11) Information about options

Options: Yes

Description of options

Please refer to Schedule 1 - Specification.

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

Minimum value range of 400 000.00 to a maximum of 2 000 000.00 which has been calculated on the basis of a 3 year contract through to the maximum 5 year contract including contract options.


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: 2025/S 000-005850


Section five. Award of contract

Contract No

T2519

Title

T2519 Provision of a Christmas Lighting Scheme

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

20 May 2025

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 1

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

five.2.3) Name and address of the contractor

The Festive Lighting Co Ltd

Blackmoor, West Buckland

Wellington

TA21 9LQ

Country

United Kingdom

NUTS code
  • UKK23 - Somerset
The contractor is an SME

Yes

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

Total value of the contract/lot: £2,000,000


Section six. Complementary information

six.3) Additional information

Minimum value range of 400 000.00 to a maximum of 2 000 000.00 which has been calculated on the basis of a 3 year contract through to the maximum 5 year contract including contract options.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Chichester Street

Belfast

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Chichester Street

Belfast

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Royal Courts of Justice

Chichester Street

Belfast

Country

United Kingdom