Tender

YPO - 001259 Street Lighting Products and Services

  • YPO

F02: Contract notice

Notice identifier: 2024/S 000-036753

Procurement identifier (OCID): ocds-h6vhtk-04b637

Published 13 November 2024, 3:35pm



Section one: Contracting authority

one.1) Name and addresses

YPO

41 Industrial Park

Wakefield

WF2 0XE

Contact

Contracts Team

Email

contracts@ypo.co.uk

Telephone

+44 1924664685

Country

United Kingdom

Region code

UKE45 - Wakefield

Internet address(es)

Main address

http://www.ypo.co.uk/

Buyer's address

https://procontract.due-north.com/register?ReadForm

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/register?ReadForm

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/register?ReadForm

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

YPO - 001259 Street Lighting Products and Services

Reference number

001259

two.1.2) Main CPV code

  • 34928500 - Street-lighting equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

YPO are looking for Providers to be appointed onto a Framework Agreement for the provision of Street Lighting Products and Services. The Framework is designed to meet the needs of all public sector organisations which includes YPO’s internal requirements by establishing an agreement where the end customer will place the order with the Provider and the Provider delivered direct to the end customer.

two.1.5) Estimated total value

Value excluding VAT: £500,000,000

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

Electrical Supplies Inc. Cables

Lot No

1

two.2.2) Additional CPV code(s)

  • 31527200 - Exterior lights
  • 32420000 - Network equipment
  • 34928000 - Road furniture
  • 34928500 - Street-lighting equipment
  • 34928510 - Street-lighting columns
  • 34996100 - Traffic lights
  • 45316100 - Installation of outdoor illumination equipment
  • 50232100 - Street-lighting maintenance services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71631000 - Technical inspection services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Supply of exterior and interior lighting and associated electrical products and equipment, including

lantern units, luminaires and associated internal components (e.g. lamps, control gear etc.),

Supply of electrical cables, illuminated traffic signs, bollards and cables (including solar powered),

smart city solutions, traffic signs, telecoms, variable message signs, festive illuminations and

other exterior electrical products and equipment, including LED, Wifi, Lifi, comms

and audio equipment.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30%

Quality criterion - Name: Delivery and Customer Service / Weighting: 15%

Quality criterion - Name: Social Value and Sustainability / Weighting: 20%

Price - Weighting: 35%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

28 January 2025

End date

27 January 2029

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be subject to renewal after 3.5 years from the

commencement date.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

January 2024 to 31st January 2026 with two options to extend for an additional 12 months. The first decision to extend the contract period will be taken by the end of January 2026 and will be dependent on satisfactory completion of all aspects of the contract to date, the current market conditions for this category and YPO’s contracting structures

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

IOT and CMS

Lot No

2

two.2.2) Additional CPV code(s)

  • 31527200 - Exterior lights
  • 32420000 - Network equipment
  • 34928000 - Road furniture
  • 34928500 - Street-lighting equipment
  • 34928510 - Street-lighting columns
  • 34996100 - Traffic lights
  • 45316100 - Installation of outdoor illumination equipment
  • 50232100 - Street-lighting maintenance services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71631000 - Technical inspection services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Supply of internet of things and central management systems with support infrastructure

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30%

Quality criterion - Name: Delivery and Customer Service / Weighting: 15%

Quality criterion - Name: Social Value and Sustainability / Weighting: 20

Price - Weighting: 35%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

28 January 2025

End date

27 January 2029

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be subject to renewal after 3.5 years from the

commencement date.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

January 2024 to 31st January 2026 with two options to extend for an additional 12 months. The first decision to extend the contract period will be taken by the end of January 2026 and will be dependent on satisfactory completion of all aspects of the contract to date, the current market conditions for this category and YPO’s contracting structures

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

Columns, Pillars, Posts and Ports

Lot No

3

two.2.2) Additional CPV code(s)

  • 31527200 - Exterior lights
  • 32420000 - Network equipment
  • 34928000 - Road furniture
  • 34928500 - Street-lighting equipment
  • 34928510 - Street-lighting columns
  • 34996100 - Traffic lights
  • 45316100 - Installation of outdoor illumination equipment
  • 50232100 - Street-lighting maintenance services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71631000 - Technical inspection services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Supply of exterior lighting columns, sign columns, feeder pillars, posts, cabinets and

components to include bespoke fabrications and brackets and other sundry products.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30%

Quality criterion - Name: Delivery and Customer Service / Weighting: 15%

Quality criterion - Name: Social Value and Sustainability / Weighting: 20%

Price - Weighting: 35%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

28 January 2025

End date

27 January 2029

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be subject to renewal after 3.5 years from the

commencement date.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

January 2024 to 31st January 2026 with two options to extend for an additional 12 months. The first decision to extend the contract period will be taken by the end of January 2026 and will be dependent on satisfactory completion of all aspects of the contract to date, the current market conditions for this category and YPO’s contracting structures

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

Project Support Services

Lot No

4

two.2.2) Additional CPV code(s)

  • 31527200 - Exterior lights
  • 32420000 - Network equipment
  • 34928000 - Road furniture
  • 34928500 - Street-lighting equipment
  • 34928510 - Street-lighting columns
  • 34996100 - Traffic lights
  • 45316100 - Installation of outdoor illumination equipment
  • 50232100 - Street-lighting maintenance services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71631000 - Technical inspection services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Provision of project management, engineering services, technical services; design and/or specification support services to include IOT, electric vehicle charging, smart city and/or telecoms, broadband consultancy services and inventory asset management services. PFI contract support.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30%

Quality criterion - Name: Delivery and Customer Service / Weighting: 15%

Quality criterion - Name: Social Value and Sustainability / Weighting: 20%

Price - Weighting: 35%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

28 January 2025

End date

27 January 2029

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be subject to renewal after 3.5 years from the

commencement date.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

January 2024 to 31st January 2026 with two options to extend for an additional 12 months. The first decision to extend the contract period will be taken by the end of January 2026 and will be dependent on satisfactory completion of all aspects of the contract to date, the current market conditions for this category and YPO’s contracting structures

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

Testing Services

Lot No

5

two.2.2) Additional CPV code(s)

  • 31527200 - Exterior lights
  • 32420000 - Network equipment
  • 34928000 - Road furniture
  • 34928500 - Street-lighting equipment
  • 34928510 - Street-lighting columns
  • 34996100 - Traffic lights
  • 45316100 - Installation of outdoor illumination equipment
  • 50232100 - Street-lighting maintenance services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71631000 - Technical inspection services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Provision of testing and reporting services for street furniture and exterior structures such as columns, feeder pillars, posts and brackets to include structural and/or electrical testing, tracing and mapping services.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30%

Quality criterion - Name: Delivery and Customer Service / Weighting: 15%

Quality criterion - Name: Social Value and Sustainability / Weighting: 20%

Price - Weighting: 35%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

28 January 2025

End date

27 January 2029

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be subject to renewal after 3.5 years from the

commencement date.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

January 2024 to 31st January 2026 with two options to extend for an additional 12 months. The first decision to extend the contract period will be taken by the end of January 2026 and will be dependent on satisfactory completion of all aspects of the contract to date, the current market conditions for this category and YPO’s contracting structures

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Organisations must ensure that they are not in breach of any of the mandatory or discretionary exclusions contained in Regulation 57 of the Public Contracts Regulations 2015. Please refer to the

Tender Documentation/ Online Tender located on our E-Procurement system. The web

address can be found under ‘Procurement Documents’ in ‘Communication’ section in this

notice

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

Please refer to the Framework Agreement Terms and Conditions located

on our E-Procurement system. The web address can be found under Procurement

Documents in ‘Communication’ Section in this notice


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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

Date

18 December 2024

Local time

12:00pm

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

18 December 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: There is a possibility that this framework will be subject to renewal after 3.5 years

from the commencement date

six.3) Additional information

YPO are purchasing on the behalf of other contracting authorities. Please see the below link

for details: https://www.ypo.co.uk/about/customers/permissible-users .

YPO will incorporate a standstill period at the point of notification of the award of the contract

is provided to all bidders. The standstill period will be for a minimum of 10 calendar days, and

provides time for unsuccessful tenderers to challenge the award decision before the contract

is entered into. The Public Contracts Regulations 2015 provide for aggrieved parties who

have been harmed or are at risk of harm by a breach of the rules to take action in the High

Court (England, Wales and Northern Ireland).

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom