Street Lighting LED Upgrade Somerset
The Councils current illuminated street light assets are fitted with SON lanterns.
United Kingdom-Taunton: Lighting equipment and electric lamps
2015/S 109-197501
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Somerset County Council
County Hall
For the attention of: Mr Paul Sandison
TA1 4DY Taunton
UNITED KINGDOM
Telephone: +44 1823359079
E-mail: psandison@somerset.gov.uk
Internet address(es):
General address of the contracting authority: https://www.supplyingthesouthwest.org.uk
Further information can be obtained from: Somerset County Council
County Hall
For the attention of: Mr Paul Sandison
TA1 4DY Taunton
UNITED KINGDOM
Telephone: +44 1823359079
E-mail: psandison@somerset.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Somerset County Council
County Hall
For the attention of: Mr Paul Sandison
TA1 4DY Taunton
UNITED KINGDOM
Telephone: +44 1823359079
E-mail: psandison@somerset.gov.uk
Tenders or requests to participate must be sent to: Somerset County Council
County Hall
For the attention of: Mr Paul Sandison
TA1 4DY Taunton
UNITED KINGDOM
Telephone: +44 1823359079
E-mail: psandison@somerset.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
Public order and safety
Environment
Economic and financial affairs
Health
Housing and community amenities
Social protection
Recreation, culture and religion
Education
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Execution
NUTS code UKK23
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The programme is an ‘Invest to Save’ Street Lighting project to replace its conventional lanterns with LED lanterns. The Councils current illuminated street light assets are fitted with SON lanterns.
The revenue operating expenses associated with the present lighting stock are electricity and maintenance costs. Approximately 75 % of operating expense is for electricity and 25 % for regular maintenance.
Falling costs are helping to turn LED technology into a mainstream lighting solution. This, combined with the reduced maintenance costs of LED lights, presents the opportunity to make significant ongoing energy and cost savings
The scope of the project is lantern replacement only. There are a total of 18 067 units that need to be replaced. Suppliers will be asked to provide an option price for column replacement should this be required as part of the project.
SCC seeks to appoint a partner with a proven track record in this field. The Contract will be let as one contract however companies and organisations may decide to work together as a consortium where they have complementary skills and expertise to fulfil the different parts of the contract.
II.1.6)Common procurement vocabulary (CPV)
31500000, 34928500, 34928510, 34928520, 34928530
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The value of this contract is expected to be between 2 800 000 GBP and 12 000 000 GBP. No guarantee regarding expenditure can be given.
Whilst an initial capital allocation of 2 800 000 GBP has been granted future funding is subject to council approval.
Estimated value excluding VAT: 12 000 000 GBP
II.2.2)Information about options
Description of these options: The initial contract period will be 2 years running 21.9.2015 to 20.9.2017 with options to extend for by 1 year 21.9.2017 to 20.9.2018 and 1 further year running 21.9.2018 to 20.9.2019 Extensions may be granted on the basis of the release of funding. If the project has been delivered in the initial period no extension will need to be granted.
Provisional timetable for recourse to these options:
in months: 0 (from the award of the contract)
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
(1) All candidates will be required to provide a reference from their bank.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business. Further information will be provided to tenderers in the Invitation to Tender.
Minimum level(s) of standard possibly required Further information will be provided to tenderers in the Invitation to Tender.
III.1.4)Other particular conditions
III.2.2)Economic and financial ability
(2) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(3) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(4) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract. Further information will be provided to tenderers in the Invitation to Tender.
Minimum level(s) of standard possibly required Further information will be provided to tenderers in the Invitation to Tender.
III.2.3)Technical capacity
(1) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract.
(2) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(3) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(4) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
Further information will be provided to tenderers in the Invitation to Tender.
Minimum level(s) of standard possibly required Further information will be provided to tenderers in the Invitation to Tender.
Minimum level(s) of standards possibly required:
Further information will be provided to tenderers in the Invitation to Tender.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: Most economically advantageous tender, as detailed in the invitation to tender documents.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice: