Tender

Structural Testing of Street Lighting Columns

  • Leicestershire County Council

F02: Contract notice

Notice identifier: 2022/S 000-027177

Procurement identifier (OCID): ocds-h6vhtk-036c1f

Published 28 September 2022, 1:41pm



The closing date and time has been changed to:

7 November 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Leicestershire County Council

County Hall, Leicester Road, Glenfield

Leicester

LE3 8RA

Contact

Mrs Rajwinder Bhola

Email

Rajwinder.Bhola@leics.gov.uk

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.