Highways, Transport & Engineering has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Street Lighting & Energy Performance Management Services |
Notice type: | Contract Notice |
Authority: | Highways, Transport & Engineering |
Nature of contract: | Services |
Procedure: | Competitive Dialogue |
Short Description: | The Contracting Authority is seeking to procure a term maintenance and capital investment contract for street lighting including illuminated signs and bollards. To Include (but not be limited to) an LED investment programme to deliver energy and maintenance savings and allow for any future innovation that will bring additional savings and efficiencies to the Contracting Authority throughout the life of the contract. The Contracting Authority intends to fund the contract using Prudential Borrowing. To include any Parish and Town Council's who currently manage their own lighting if they elect to change existing arrangements and be included in the future term maintenance contract. |
Published: | 09/05/2016 17:10 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Telford & Wrekin Council, UKG21 - Telford and Wrekin
Granville House, St Georges Road, Donnington, Telford, TF2 7RA, United Kingdom
Tel. +44 1952384788, Email: bobbie.hill@telford.gov.uk
Contact: Neighbourhood and Customer Services
Main Address: http://www.telford.gov.uk/, Address of the buyer profile: http://www.telford.gov.uk/
NUTS Code: UKG21
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Telford:-Street-lighting-maintenance-services./ZWDND28B7S
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Street Lighting & Energy Performance Management Services
Reference Number: TWC SL 2015
II.1.2) Main CPV Code:
50232100 - Street-lighting maintenance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Contracting Authority is seeking to procure a term maintenance and capital investment contract for street lighting including illuminated signs and bollards. To Include (but not be limited to) an LED investment programme to deliver energy and maintenance savings and allow for any future innovation that will bring additional savings and efficiencies to the Contracting Authority throughout the life of the contract. The Contracting Authority intends to fund the contract using Prudential Borrowing.
To include any Parish and Town Council's who currently manage their own lighting if they elect to change existing arrangements and be included in the future term maintenance contract.
II.1.5) Estimated total value:
Value excluding VAT: 30,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
50232100 - Street-lighting maintenance services.
II.2.3) Place of performance:
UKG21 Telford and Wrekin
II.2.4) Description of procurement: The Contracting Authority is seeking to procure a term maintenance and capital investment contract for street lighting including illuminated signs and bollards. To Include (but not be limited to) an LED investment programme to deliver energy and maintenance savings and allow for any future innovation that will bring additional savings and efficiencies to the Contracting Authority throughout the life of the contract.
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: 30,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 180
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates: See tender documentation
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: In relation to II.I.5 the estimated total value of the contract is intended to include any initial expenditure and any further expenditure that may be made over the lifetime of the 15 year contract. Please note that the initial expenditure will be subject to an affordability limit that shall be detailed further in the procurement documents
In relation to II.2.6 the estimated value of the contract is subject to an affordability limit that shall be detailed further in the procurement documents
In relation to II.2.7 the initial contract duration is for 144 months, with an option to extend for a further period of up to 36 months. Details of that option are contained in the procurement documents
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
see tender documentation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
see tender documentation
III.2.2) Contract performance conditions
see tender documentation
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:Competitive dialogue
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2015/S 89 - 160143
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 09/06/2016 Time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 15/07/2016
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: Not Provided
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
•The Contracting Authority reserves the right not to award the contract in whole or in part, to cancel or amend the tender process and does not bind itself to accept any tender. The Contracting Authority shall not be liable under any circumstances for any costs, charges or expenses incurred by any tenderer or prospective tenderer in responding to this notice or in taking part in this procurement process and accepts no liability for any costs, charges or expenses, irrespective of the outcome of the competition, or if the competition is cancelled or postponed.
•Please note that all dates, time periods and figures in relation to values and volumes specified in this notice are approximate only and the Contracting Authority reserves the right to change any or all of them.
•Bidders are advised that the Contracting Authority is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Impact Regulations 2004 (EIR). If a Bidder considers that any of the information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidentiality or otherwise, they must, when providing this information, clearly identify the specific information they do not wish to be disclosed and clearly specify the reasons for its sensitivity. The Contracting Authority shall take such statements into consideration in the event that it receives a request pursuant to FOIA and/or the EIR which relates to the information provided by the interested party. However, if the information is requested the Contracting Authority may be forced to disclose such documentation, irrespective of a Bidder's wishes. Please note, it is not sufficient to include a statement of confidentiality encompassing all the information provided in the response.
•Bidders are advised that pursuant to the Local Government Transparency Code 2014, local authorities are also required to publish details of any contract, commissioned activity, purchase order, framework agreement and any other legally enforceable agreement with a value that exceeds £5,000. The Contracting Authority is also subject to the reporting requirements set out in Regulations 83 and 84 of the Public Contracts Regulations 2015. The Contracting Authority reserves the right to publish details as required pursuant to the Local Government Transparency Code 2014 and the Public Contracts Regulations 2015.
The Council recognises the resource implications of conducting a procurement of this scale and nature and has taken that into account in the way that it has structured the procurement. As a result, the first stage of the selection of the Bidders for this Project comprises a conflated PQQ and ISOS Stage. The Council will not undertake a separate ISOS stage and all Bidders expressing an interest will be expected to complete an Outline Solution in response to the ISOS in addition to a PQQ Response. The Outline Solutions of those Bidders (and only those Bidders) that have been pre-qualified pursuant to the terms of the PQQ evaluation will then be opened and evaluated. The Council will only evaluate the highest scoring bidders from PQQ, being a maximum of six (6) Bidders. It is the Council’s intention to use the Outline Solutions to deselect Bidders. Subject to there being sufficient number, the current intention is to shortlist three Bidders to progress to the Dialogue Stage. This restriction recognises the amount of work that is involved for both Bidders and the Council and seeks to minimise risk and cost for all parties.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=201558645
VI.4) Procedures for review
VI.4.1) Review body:
High Court of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079477882
Internet address: http://www.justice.gov.uk/
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In accordance with the Public Contracts Regulations 2015 a standstill period of a minimum of 10 calendar days will be applied starting from the date when the award decision is dispatched to Bidders. This period allows unsuccessful Bidders to consider the decision and highlight any errors in the award process. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought generally within 30 days from the date of notification of the award decision.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 09/05/2016
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Telford & Wrekin Council, UKG21 - Telford and Wrekin
Granville House, St Georges Road, Donnington, Telford, TF2 7RA, United Kingdom
Tel. +44 1952384788, Email: bobbie.hill@telford.gov.uk
Contact: Neighbourhood and Customer Services
Main Address: http://www.telford.gov.uk/, Address of the buyer profile: http://www.telford.gov.uk/
NUTS Code: UKG21
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Street Lighting & Energy Performance Management Services
Reference number: TWC SL 2015
II.1.2) Main CPV code:
50232100 - Street-lighting maintenance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Contracting Authority is seeking to procure a term maintenance and capital investment contract for street lighting including illuminated signs and bollards. To Include (but not be limited to) an LED investment programme to deliver energy and maintenance savings and allow for any future innovation that will bring additional savings and efficiencies to the Contracting Authority throughout the life of the contract. The Contracting Authority intends to fund the contract using Prudential Borrowing.
To include any Parish and Town Council's who currently manage their own lighting if they elect to change existing arrangements and be included in the future term maintenance contract.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 30,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
50232100 - Street-lighting maintenance services.
II.2.3) Place of performance
Nuts code:
UKG21 - Telford and Wrekin
Main site or place of performance:
Telford and Wrekin
II.2.4) Description of the procurement: The Contracting Authority is seeking to procure a term maintenance and capital investment contract for street lighting including illuminated signs and bollards. To Include (but not be limited to) an LED investment programme to deliver energy and maintenance savings and allow for any future innovation that will bring additional savings and efficiencies to the Contracting Authority throughout the life of the contract.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 40
Cost criterion - Name: Commercial / Weighting: 60
II.2.11) Information about options
Options: No
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: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Competitive Dialogue
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2015/S 89-160143
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 23/01/2017
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Prysmian Cables & Systems Limited
Chickenhall Lane, Eastleigh, Hampshire, SO50 6YU, United Kingdom
NUTS Code: UKG21
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 30,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=254614222
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079477882
Internet address: http://www.justice.gov.uk/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: In accordance with the Public Contracts Regulations 2015 a standstill period of a minimum of 10 calendar days will be applied starting from the date when the award decision is dispatched to Bidders. This period allows unsuccessful Bidders to consider the decision and highlight any errors in the award process. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought generally within 30 days from the date of notification of the award decision.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 26/04/2017