Street lighting maintenance London
London Borough of Bromley. UK-Bromley: street-lighting maintenance services
2012/S 73-120592
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
London Borough of Bromley
Civic Centre, Stockwell Close
For the attention of: Paul Redman
BR1 3UH Bromley
UNITED KINGDOM
Telephone: +44 2083134930
E-mail: paul.redman@bromley.gov.uk
Fax: +44 2083134796
Internet address(es):
General address of the contracting authority: www.bromley.gov.uk
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: London Borough of Bromley
Civic Centre, Stockwell Close
For the attention of: Caroline Irons
BR1 3UH Bromley
UNITED KINGDOM
E-mail: caroline.irons@bromley.gov.uk
Tenders or requests to participate must be sent to: London Borough of Bromley
Civic Centre, Stockwell Close
For the attention of: Caroline Irons
BR1 3UH Bromley
UNITED KINGDOM
E-mail: caroline.irons@bromley.gov.uk
Section II: Object of the contract
Realisation, by whatever means of work, corresponding to the requirements specified by the successful tenderer
NUTS code UKJ4
This is a contract for undertaking street lighting inspection, maintenance and improvement work within the London Borough of Bromley. For the greater part work is undertaken on street lighting assets within the highway, however, there may be a small proportion of the overall work load undertaken within Council owned surface level car parks and Council owned parks.
The Authority’s street lighting column stock comprises approximately 5 700 concrete columns, 20 500 steel columns and approximately 1 200 other columns (cast iron, aluminium etc). The Council is also responsible for maintenance of approximately 1600 illuminated bollards, 3 000 illuminated signs, 600 centre island posts & luminaires, 100 flashing beacons & luminaires (plus 120 associated spotlights) and 27 000 signplates.
The Authority currently has reactive (emergency call out) and planned maintenance (bulk change and clean, inspection, electrical testing etc) regimes in place. Current improvement works include replacement of approximately 600 older columns each year. However, approval has been granted recently to invest up to 8 000 000 GBP to replace the Authority’s stock of concrete columns and older steel columns (approximately 7 900 units) if the business case is further confirmed following this tender. If the investment commences then associated column replacement will be required within the first 12 months of the contract and subsequently it is envisaged there will be no significant further improvement works for the duration of the contract. The Authority wish to let the contract in two lots. Lot 1 will be for maintenance and improvement work. Lot 2 will be for provision of connections. Providers may bid for both lots or a single lot.
The Contract Commencement Date will be 1.4.2013 for a period of 10 years (with an option exercisable solely at the Authority’s discretion to extend for one further 12 month period).
50232100, 34928510, 34928500
Tenders may be submitted for one or more lots
Description of these options: The contract can be extended at the Authority’s discretion for a further period of 12 months.
Information about lots
Lot No: 1 Lot title: Street lighting – maintenance and improvement work
50232100, 34928510, 34928500
50232100
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.
(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;
(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;
(e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(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 3 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
Section IV: Procedure
Section VI: Complementary information
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).
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. GO Reference: GO-2012412-PRO-3852373.
London Borough of Bromley
Civic Centre, Stockwell Close
BR1 3UH Bromley
UNITED KINGDOM
E-mail: mark.bowen@bromley.gov.uk
Body responsible for mediation procedures
DRS-CIArb on behalf of the Chartered Institute of Arbitrators
12 Bloomsbury Square
WC1A 2LP London
UNITED KINGDOM
E-mail: padre@bipsolutions.com
Telephone: +44 8452707055
Internet address: http://www.bipsolutions.com/
London Borough of Bromley
Civic Centre, Stockwell Close
BR1 3UH Bromley
UNITED KINGDOM
E-mail: dave.starling@bromley.gov.uk
Telephone: +44 2083134639
VI.5)Date of dispatch of this notice:12.4.2012