Public Lighting Contract Leicestershire
Public lighting contract, commencing 1.8.2012.
UK-Leicester: street-lighting maintenance services
2012/S 63-102196
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Leicester City Council
St Margaret’s Depot
Slater Street
For the attention of: Mr Stephen Cooper – Engineer (Procurement)
LE3 5AS Leicester
UNITED KINGDOM
Telephone: +44 1162549922
E-mail: highways.contracts@leicester.gov.uk
Fax: +44 1162232034
Internet address(es):
Electronic access to information: https://www.delta-esourcing.com/delta
Electronic submission of tenders and requests to participate: https://www.delta-esourcing.com/delta
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Section II: Object of the contract
Service category No 1: Maintenance and repair services
NUTS code UKF21
In order to avoid any dispute regarding the CPV Codes that have been chosen, the Contractor will be expected to procure and install the specified equipment and to dispose of any arisings responsibly and in accordance with the legislation of the time.
50232100, 34928500, 45316100, 45316211, 45233139, 45233293, 50230000, 34993000, 45316110, 45233290, 34992200, 48000000, 48100000, 48781000, 48820000, 72000000, 31527260, 32510000
1. The planned and reactive maintenance of the City’s public lighting infrastructure (including illuminated and non-illuminated traffic signs and bollards) in accordance with defined standards that are expected to rise throughout the Contract;
2. Subject to approval of the funding bid, the programmed replacement of existing high energy demand (mainly sodium vapour) lamps with lower-energy white-light lamps, including replacement lanterns where necessary and late-night dimming to further reduce energy demand under the control of a Central Management System (CMS). The successful Contractor will provide all the lighting and associated products, including the CMS;
3. The preparation, installation, maintenance, removal and re-storage of festive decorations for a range of cultural events in the city through each year;
4. Installations of new street furniture e.g. guard rails, traffic signs, bollards and lighting;
5. Reactive repairs to street furniture;
6. The early development and adoption of mutually-compatible paperless management processes by both the Contractor and Council.
The Council’s objectives under the white light replacement programme (2 above) is to adopt recently-proved developments in public lighting technology to reduce the energy consumption (“carbon footprint”) of the public lighting infrastructure while maintaining acceptable levels of lighting. The Council wishes to convert almost all (at least 33 000) of the City’s lights to lower energy white lamps within 3 of the first 4 years of the Contract. Thereafter, the Council anticipates a substantial reduction in the Contractor’s maintenance workload and annual costs because the white lights should have much longer service lives than sodium vapour tubes and not need programmed replacements for many years.
The Contract will include regular reviews and break clauses. This arrangement is intended to encourage the Council and Contractor to maintain and develop their performances and standards against the opportunity for continuing work. If the contract has to be curtailed for any reason, the Contractor will maintain the service for long enough for the Council to re-procure a new Contract. Performance Indicators (PIs) will be used to monitor the performance of the Contract and Contractor and inform the reviews.
This contract is for up to 8 years with annual reviews and break clauses.
Suppliers must read through this set of instructions and follow the process to respond to this opportunity: the information and/or documents for this opportunity are available on https://www.delta-esourcing.com/delta. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage. Suppliers must log in, go to your Response Manager and add the following Access Code: SGQCNJ5P34. Please ensure you follow any instruction provided to you here. The deadline for submitting your response(s) is 2.5.2012, (14:00 hrs). Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents. If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on call +44 8452707050 or e-mail helpdesk@delta-esourcing.com.
Estimated value excluding VAT:
Range: between 12 000 000 and 24 000 000 GBP
Description of these options: The value attributed to this contract is stated as a range due to the flexibility the Authority will be seeking to adopt in the tender process and to allow for a range of innovative solutions to the tender, these will be outlined in the invitation to tender. This contract is for up to 8 years with annual reviews and break clauses. This arrangement is intended to encourage the Contractor to maintain and develop their performance and standards against the opportunity for continuing work and an extending contract. If the contract has to be curtailed for any reason, it maintains the service for long enough for the Council to re-procure a new Contract. Performance indicators (PIs) will be used to monitor the performance of the Contract and Contractor and inform the annual reviews.
Due to the fact that the Council has not yet secured funding for the White Light Replacement programme, suppliers will be asked to complete and submit all schedules included in the tender documentation. Our evaluation model will use this information to build the two Options.
Option 1 represents a situation where the funding for White Light Replacement and the CMS is not approved. This option represents the regular and reactive maintenance associated with the maintenance of the Council’s street lighting and festive decoration estate.
Option 2 represents a situation where the White Light Replacement and CMS are fully funded.
Section III: Legal, economic, financial and technical information
A full list of the Regulation 23(1) and 23(2) 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.
(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 3 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.
As per the contract documentation.
Section IV: Procedure
Section VI: Complementary information
Leicester City Council is committed to the delivery of free Wi-Fi in public spaces and community facilities across the city. The existing street lighting infrastructure may have a part to play in this and the Council intends to work with the successful supplier to explore this possibility.
Social, economic and environmental regeneration is important to the Council. Leicester City Council schemes propose to promote a stronger economy better able to meet the needs of the community and to develop measures to promote social inclusion. Therefore, successful applicants will be expected to assist the Council to fulfil these objectives through increasing the opportunities for employment and training throughout the supply chain. GO Reference: GO-2012323-PRO-3807133.
VI.5)Date of dispatch of this notice:23.3.2012