Supplies - 515377-2019

31/10/2019    S211

United Kingdom-Leicester: Street-lighting equipment

2019/S 211-515377

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: ESPO
Postal address: Barnsdale Way, Grove Park, Enderby
Town: Leicester
NUTS code: UKF21 Leicester
Postal code: LE19 1ES
Country: United Kingdom
Contact person: Place and Environment Procurement Team
E-mail: tenders@espo.org
Telephone: +44 1162944068
Internet address(es):
Main address: http://www.espo.org/
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: www.eastmidstenders.org
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: www.eastmidstenders.org
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
Other activity: Local Authority Services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

59_20 — Street Lighting Solutions

Reference number: 59_20
II.1.2)Main CPV code
34928500 Street-lighting equipment
II.1.3)Type of contract
Supplies
II.1.4)Short description:

This is to be a national framework arrangement, via which eligible public sector organisations across the UK, can arrange for the supply and delivery of a wide range of street light luminaires (and associated products/services) and street light columns (and associated products/services) from a choice of suppliers. The framework to be established is intended to meet the requirements of local government and public sector bodies.

To tender:

(a) go to www.eastmidstenders.org

(b) register;

(c) search for tender opportunity ‘59_20’;

(d) express an interest;

(e) download the tender from the website.

II.1.5)Estimated total value
Value excluding VAT: 40 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Street Lighting Luminaires and Associated Products/Services

Lot No: 1
II.2.2)Additional CPV code(s)
31000000 Electrical machinery, apparatus, equipment and consumables; lighting
31500000 Lighting equipment and electric lamps
31711150 Electrical capacitors
31712341 Light-emitting diodes
34928500 Street-lighting equipment
34928530 Street lamps
48219700 Communications server software package
48510000 Communication software package
48517000 IT software package
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

This is to be a national framework arrangement. Under Lot 1, eligible public sector organisations across the UK, can arrange for the supply and delivery of a wide range of street light luminaires (and associated products/services) from a choice of suppliers. The framework to be established is intended to meet the requirements of local government and public sector bodies.

The following information is applicable to all lots: ESPO has established a commercial trading company, ESPO Trading Ltd, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful supplier may be asked to enter into an additional separate framework agreement (the second framework) with ESPO Trading Ltd on materially similar terms to that found in the tender pack to be entered into by ESPO itself.

Any second framework agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Ltd may enter into the second framework agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders' information only.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 35 200 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 18/01/2020
End: 17/01/2022
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

The following information is applicable to all lots: an eAuction process may be used to award subsequent call-off contracts following the reopening of competition among the parties to the framework agreement.

II.2)Description
II.2.1)Title:

Street Lighting Columns and Associated Products/Services

Lot No: 2
II.2.2)Additional CPV code(s)
14622000 Steel
14830000 Fibreglass
34928210 Wooden posts
34928500 Street-lighting equipment
34928510 Street-lighting columns
34928530 Street lamps
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

This is to be a national framework arrangement. Under Lot 2, eligible public sector organisations across the UK, can arrange for the supply and delivery of a wide range of street light columns (and associated products/services) from a choice of suppliers. The framework to be established is intended to meet the requirements of local government and public sector bodies.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 4 800 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 18/01/2020
End: 17/01/2022
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

This contract will operate on-going contract monitoring procedures following award, to ensure financial stability requirements are maintained.

Credit rating checks will be carried out on a regular basis, using the credit rating agency, Creditsafe Business Solutions Ltd.

Any changes will be assessed (compared with a baseline credit rating score obtained at contract award stage) and significant changes or sustained degradation will be investigated.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.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:

IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 29/11/2019
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.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)
IV.2.7)Conditions for opening of tenders
Date: 29/11/2019
Local time: 12:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

As a Central Purchasing Body as defined by the EU Procurement Directive 2014/24/EU, the framework agreement is open for use by Public Bodies (defined at https://www.espo.org/ESPO/media/Documents/FAQs/ESPO-s_powers_to_trade__website_-2016-12-22.pdf) that also fall into one of the following classifications of user throughout all administrative regions of the UK: local authorities; educational establishments (including academies); central government departments and agencies; police, fire and rescue and coastguard emergency services; NHS and HSC bodies, including ambulance services; registered charities; registered social landlords; the corporate office of the House of Lords, the corporate officer of the house of commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: http://www.espo.org/About-us-%281%29/FAQs/Legal

VI.4)Procedures for review
VI.4.1)Review body
Official name: Royal Court of Justice
Postal address: Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

ESPO will incorporate a minimum 10 calendar days standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO 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 (SI 2105 No 102) 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.

VI.5)Date of dispatch of this notice:
29/10/2019