Section one: Contracting authority
one.1) Name and addresses
Leicestershire County Council
County Hall, Leicester Road, Glenfield
Leicester
LE3 8RA
Contact
Mrs Rajwinder Bhola
Telephone
+44 1163057479
Country
United Kingdom
Region code
UKF22 - Leicestershire CC and Rutland
Internet address(es)
Main address
https://www.eastmidstenders.org/index.html
Buyer's address
https://www.eastmidstenders.org/index.html
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=a731d356-6d3e-ed11-8119-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=a731d356-6d3e-ed11-8119-005056b64545
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
Structural Testing of Street Lighting Columns
Reference number
DN635061
two.1.2) Main CPV code
- 50232100 - Street-lighting maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Leicestershire County Council is seeking to identify and appoint a single Supplier per Lot for Structural testing of Street Lighting Columns. The Service shall be split into 2 Lots.
The testing of Leicestershire County Council's street lighting columns, analysing test results and producing reports divided into two lots as follows:-
• Lot 1 - The detailed inspection and testing using an ultrasonic “Relative Loss of Section” test
• Lot 2 - The detailed inspection and testing using a static load test
Both forms of testing include the analysis of results and production of reports for Leicestershire County Council. Bidders are invited to submit a bid for one or both Lots.
The maximum duration of the contract shall be 5 years, this is made up of an initial term of 3 years, plus 2 further extensions of 12 months. Extensions are subject to satisfactory performance of the supplier.
two.1.5) Estimated total value
Value excluding VAT: £1,100,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot No
1
two.2.2) Additional CPV code(s)
- 50232100 - Street-lighting maintenance services
two.2.3) Place of performance
NUTS codes
- UKF22 - Leicestershire CC and Rutland
two.2.4) Description of the procurement
Lot 1 - This Lot is for the detailed inspection and testing and reporting of street lighting columns using an ultrasonic “Relative Loss of Section” test
This includes testing of Road Lighting Columns and Brackets, CCTV Masts and Cantilever Masts and other similar street furniture.
This testing will be undertaken across the whole of Leicestershire and may include both on the Highways and at other Council managed properties.
Suppliers should be expected to undertake traffic management controls at some sites as deemed appropriate by Leicestershire County Council.
Full details of the required testing is stated in the Invitation to Tender documents.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 35%
Price - Weighting: 65%
two.2.6) Estimated value
Value excluding VAT: £100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The maximum duration of the contract shall be 5 years, this is made up of an initial term of 3 years, plus 2 further extensions of 12 months. Extensions are subject to satisfactory performance of the supplier.
The term stated in II.2.7 is the maximum term including all extensions.
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
Lot No
2
two.2.2) Additional CPV code(s)
- 50232100 - Street-lighting maintenance services
two.2.3) Place of performance
NUTS codes
- UKF22 - Leicestershire CC and Rutland
two.2.4) Description of the procurement
Lot 2 - This Lot is for the detailed inspection and testing and reporting of street lighting columns using Static Load Testing.
This includes testing of Road Lighting Columns and Brackets, CCTV Masts and Cantilever Masts and other similar street furniture.
This testing will be undertaken across the whole of Leicestershire and may include both on the Highways and at other Council managed properties.
Suppliers should be expected to undertake traffic management controls at some sites as deemed appropriate by Leicestershire County Council.
Full details of the required testing is stated in the Invitation to Tender documents.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 35%
Price - Weighting: 65%
two.2.6) Estimated value
Value excluding VAT: £1,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The maximum duration of the contract shall be 5 years, this is made up of an initial term of 3 years, plus 2 further extensions of 12 months. Extensions are subject to satisfactory performance of the supplier.
The term stated in II.2.7 is the maximum term including all extensions.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated within 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
Originally published as:
Date
31 October 2022
Local time
12:00pm
Changed to:
Date
7 November 2022
Local time
12:00pm
See the change notice.
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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
31 October 2022
Local time
12:05pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
All requests for clarifications (whether in relation to this Notice, the requirements, or the
procurement process) should be submitted as soon as possible using the “Messaging”
facility on the www.eastmidstenders.org procurement portal. Any questions relating to the
operation of the portal itself should be submitted to Due North using the contact details as
below:
The Due North Technical Support Team:
You should email ProContractSuppliers@proactis.com for all support issues. This will autolog a support ticket in the new PROACTIS Supplier Support Helpdesk.
http://proactis.kayako.com/default
On logging a ticket, if you have not already logged one before, you will be issued with a
registration email that will give you instructions to allow you to log in, log, review and update
your own tickets.
In emergency situations you can contact the Supplier Support Service Desk on +44 (0)330
005 0352 this should be by exception and not as a rule and you should already have logged a
support ticket prior to your call.
The Authority will respond to all reasonable clarifications as soon as possible through
publishing the Tenderers' questions and the Authority's response to them on the e-tendering
portal (Clarifications Log). If a Tenderer wishes the Authority to treat a clarification as
confidential and not issue the response to all Tenderers, it must state this when submitting
the clarification. If, in the opinion of the Authority, the clarification is not confidential, the
Authority will inform the Tenderer and it will have an opportunity to withdraw it. If the
clarification is not withdrawn, the response will be issued to all Tenderers. Clarification
questions will be responded to as soon as possible and as they are received. Questions and
responses will be circulated to all tenderers via the messaging facility on the portal.
Please note that any correspondence issued to you from the Authority, via the portal, will be
sent to the person who is the named registered person on the portal for your organisation. If
your organisation has registered multiple contacts, communication will be directed to the
person who expressed an interest in this specific contract on behalf of your organisation.
Tenderers are advised to make sure that this named registered person shares
correspondence with all colleagues who are participating in this procurement. The Authority
is not responsible if the named registered person does not share information and/or
documents supplied to them via the portal.
If a Tenderer no longer wishes to participate in the procurement then they should “Opt Out”
on the portal.
six.4) Procedures for review
six.4.1) Review body
High Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
At the point of information on the award of the contract, the Council will incorporate a
minimum 10 calendar days standstill period as communicated to tenderers. Applicants who
are unsuccessful shall be informed by LCC as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful.
If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at
risk of harm by breach of the rules to take legal action. Any such action must be brought
within the applicable limitation period. Where a contract has not been entered into, the
Court may order the setting aside of the award decision or order for any document to be
amended and may award damages, make a declaration of ineffectiveness, order for a fine to
be paid, and/or order the duration of the contract be shortened.
The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.