London Borough of Bromley: Multi-Storey Car Park LED Lighting Upgrade

  London Borough of Bromley has published this notice through Delta eSourcing

Notice Summary
Title: Multi-Storey Car Park LED Lighting Upgrade
Notice type: Contract Notice
Authority: London Borough of Bromley
Nature of contract: Services
Procedure: Restricted
Short Description: The London Borough of Bromley (hereafter referred as “the Council”) has three Multi-Storey Car Parks (MSCPs) lit by a variety of lighting, which is between 25-30 years old and coming to the end of its working life. The MSCPs are currently lit 24 hours a day, seven days a week, and maintenance and running costs are significant. The three MSCPs (Civic Centre, Bromley; The Hill, Bromley; Village Way, Beckenham) collectively consume around 900,000 kWh of electricity, at a cost of approximately £100k p.a. The Council is seeking to contract with an external organisation to provide a ‘supply and fit’ service to replace the existing fluorescent and other lights and fittings with new integrated LED fittings. In addition to replacing the fittings, improved controls, such as movement and daylight sensors and dimming capability, shall also be installed to further reduce running costs. It is expected that the project will take approximately 4 months (but no more than 6) to complete at the Council’s discretion. Commencement date is likely to be November 2015. The budget for this work is estimated to be between £190,000 and £240,000. It should be noted that during the Christmas 2015 period (1st December 2015 – 15th January 2016) no works should take place without the prior consent of the Council’s appointed Authorised officer. This is when the MSCPs are at their busiest and should therefore remain fully operational. The tender opportunity will be run through the London Tenders Procurement Portal and you will need to register your company with the portal as soon as possible (if you have not already done so) at www.londontenders.org to ensure that you are able to express your interest in this tender and receive the relevant documents.
Published: 09/07/2015 10:05

View Full Notice

UK-Bromley: Artificial and natural lighting engineering services for buildings.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      London Borough of Bromley
      Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
      Email: lee.gullick@bromley.gov.uk, URL: www.bromley.gov.uk
      Attn: Lee Gullick
      Electronic Access URL: www.londontenders.org
      Electronic Submission URL: www.londontenders.org

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Multi-Storey Car Park LED Lighting Upgrade
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 12

         Region Codes: UKJ4 - Kent         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Artificial and natural lighting engineering services for buildings. Control, safety or signalling equipment for parking facilities. Light-emitting diodes. Installation work of illumination and signalling systems. Lighting systems. Repair and maintenance services of electrical building installations. The London Borough of Bromley (hereafter referred as “the Council”) has three Multi-Storey Car Parks (MSCPs) lit by a variety of lighting, which is between 25-30 years old and coming to the end of its working life. The MSCPs are currently lit 24 hours a day, seven days a week, and maintenance and running costs are significant. The three MSCPs (Civic Centre, Bromley; The Hill, Bromley; Village Way, Beckenham) collectively consume around 900,000 kWh of electricity, at a cost of approximately £100k p.a. The Council is seeking to contract with an external organisation to provide a ‘supply and fit’ service to replace the existing fluorescent and other lights and fittings with new integrated LED fittings. In addition to replacing the fittings, improved controls, such as movement and daylight sensors and dimming capability, shall also be installed to further reduce running costs.

It is expected that the project will take approximately 4 months (but no more than 6) to complete at the Council’s discretion. Commencement date is likely to be November 2015. The budget for this work is estimated to be between £190,000 and £240,000. It should be noted that during the Christmas 2015 period (1st December 2015 – 15th January 2016) no works should take place without the prior consent of the Council’s appointed Authorised officer. This is when the MSCPs are at their busiest and should therefore remain fully operational.

The tender opportunity will be run through the London Tenders Procurement Portal and you will need to register your company with the portal as soon as possible (if you have not already done so) at www.londontenders.org to ensure that you are able to express your interest in this tender and receive the relevant documents.
         
      II.1.6)Common Procurement Vocabulary:
         71318100 - Artificial and natural lighting engineering services for buildings.
         
         34996300 - Control, safety or signalling equipment for parking facilities.
         
         31712341 - Light-emitting diodes.
         
         45316000 - Installation work of illumination and signalling systems.
         
         31527260 - Lighting systems.
         
         50711000 - Repair and maintenance services of electrical building installations.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: Not Provided
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Not Provided      
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
      Not Provided

Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Deposit or Parent Company Guarantee may be required.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Joint and Several Liability.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.

      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Yes
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 5 and maximum number: 8   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: Not Provided
      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 10/08/2015
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: Evaluation of the tender will be based on the CIPFA standing guide to the commissioning of local authority work and services tender evaluation model and in full compliance with EU Directives, the Council's Contract Procedure Rules and in accordance with the stated criteria. Tenderers should note that the evaluation of the above criteria for Quality issues etc. will also include the operation of minimum score thresholds. If the Tenderer's proposal receives a score below the required threshold then the bid may not be considered further. (The minimum acceptable score is a requirement to obtain at least half of the available points in any particular area).

An indicative use of this model can be downloaded from the Council’s website at http://www.bromley.gov.uk/info/200095/tenders_and_contracts/265/submitting_tenders

The Council works closely with a number of its surrounding local authorities on procurement activity and is a member of the South East London Procurement Group (comprising of the London Boroughs of Bromley, Bexley, Lewisham, Greenwich, Lambeth and Southwark). In addition to the partner organisation identified above, in appropriate circumstances and in compliance with any legal and regulatory requirement, the opportunity for services to be provided through this contract may also be offered to members of this organisation and who may have similar usage volumes.

The Council may make use of the contract for further negotiated arrangements to the extent permissible and in compliance with the relevant Procurement Regulations.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=120441826
GO-201579-PRO-6774044 TKR-201579-PRO-6774043
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: As set out in the Public Contracts Regulations 2006 (as amended).   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Royal Courts of Justice
      The Strand, Holborn, London, WC2A 2LL, United Kingdom
      Tel. +44 2079476000

   VI.5) Date Of Dispatch Of This Notice: 09/07/2015

ANNEX A

View any Notice Addenda

View Award Notice

UK-Bromley: Artificial and natural lighting engineering services for buildings.

Section I: Contracting Authority
   Title: UK-Bromley: Artificial and natural lighting engineering services for buildings.
   I.1)Name, Addresses and Contact Point(s):
      London Borough of Bromley
      Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
      Email: lee.gullick@bromley.gov.uk, URL: www.bromley.gov.uk
      Attn: Lee Gullick

   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Multi-Storey Car Park LED Lighting Upgrade      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 12
         
         Region Codes: UKJ4 - Kent         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Artificial and natural lighting engineering services for buildings. Control, safety or signalling equipment for parking facilities. Light-emitting diodes. Installation work of illumination and signalling systems. Lighting systems. Repair and maintenance services of electrical building installations. The London Borough of Bromley (hereafter referred as “the Council”) has three Multi-Storey Car Parks (MSCPs) lit by a variety of lighting, which is between 25-30 years old and coming to the end of its working life. The MSCPs are currently lit 24 hours a day, seven days a week, and maintenance and running costs are significant. The three MSCPs (Civic Centre, Bromley; The Hill, Bromley; Village Way, Beckenham) collectively consume around 900,000 kWh of electricity, at a cost of approximately £100k p.a. The Council is seeking to contract with an external organisation to provide a ‘supply and fit’ service to replace the existing fluorescent and other lights and fittings with new integrated LED fittings. In addition to replacing the fittings, improved controls, such as movement and daylight sensors and dimming capability, shall also be installed to further reduce running costs.

Please note that this is an Award Notice and the Council is not inviting expressions of interest. Full details as published in original Contract Notice.
      II.1.5)Common procurement vocabulary:
         71318100 - Artificial and natural lighting engineering services for buildings.
         34996300 - Control, safety or signalling equipment for parking facilities.
         31712341 - Light-emitting diodes.
         45316000 - Installation work of illumination and signalling systems.
         31527260 - Lighting systems.
         50711000 - Repair and maintenance services of electrical building installations.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Value: 222,900
         Currency: GBP
         Excluding VAT: Yes

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Price - 60
         Light levels (lux) / Light uniformity ratio - 8
         Annual energy reduction - 4
         Controls – programming capability - 4
         Colour Rendering Index (CRI) - 4
         Correlated Colour Temperature (CCT) - 4
         LED Lumen maintenance characteristics / Luminaire service life (L70F10 or higher) - 7
         Modularity / upgradeability - 3
         Project Overview / Testimonials / Case Studies - 3
         Financial Resources and Contract Affordability - 3
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: 9Y8J-KJIBIQ         
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2015/S 133 - 245917 of 14/07/2015
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 17/12/2015      
      V.2) Information About Offers
         Number Of Offers Received: 6          
         Number Of Offers Received By Electronic Means: 6       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: NCS Technology
         Postal address: 3 West Court, Enterprise Road
         Town: Maidstone
         Postal code: ME15 6JD
         Country: United Kingdom
         Email: vince@ncstechnology.co.uk
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided

Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      Evaluation of the tender will be based on the CIPFA standing guide to the commissioning of local authority work and services tender evaluation model and in full compliance with EU Directives, the Council's Contract Procedure Rules and in accordance with the stated criteria. Tenderers should note that the evaluation of the above criteria for Quality issues etc. will also include the operation of minimum score thresholds. If the Tenderer's proposal receives a score below the required threshold then the bid may not be considered further. (The minimum acceptable score is a requirement to obtain at least half of the available points in any particular area).

An indicative use of this model can be downloaded from the Council’s website at http://www.bromley.gov.uk/info/200095/tenders_and_contracts/265/submitting_tenders

The Council works closely with a number of its surrounding local authorities on procurement activity and is a member of the South East London Procurement Group (comprising of the London Boroughs of Bromley, Bexley, Lewisham, Greenwich, Lambeth and Southwark). In addition to the partner organisation identified above, in appropriate circumstances and in compliance with any legal and regulatory requirement, the opportunity for services to be provided through this contract may also be offered to members of this organisation and who may have similar usage volumes.

The Council may make use of the contract for further negotiated arrangements to the extent permissible and in compliance with the relevant Procurement Regulations.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=176872190
GO-201618-PRO-7550513 TKR-201618-PRO-7550512   
   VI.3.1)Body responsible for appeal procedures:
      Not Provided
   VI.3.2)Lodging of appeals: As set out in the Public Contracts Regulations 2006 (as amended).    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Royal Courts of Justice
      The Strand, Holborn, London, WC2A 2LL, United Kingdom
      Tel. +44 2079476000
   
   VI.4)Date Of Dispatch Of This Notice: 08/01/2016