Street Lighting Maintenance Tender London
a) Maintenance of all street lighting, illuminated and non-illuminated signs, and pedestrian crossings.
United Kingdom-London: Street-lighting maintenance services
2016/S 158-286391
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Royal Borough of Kensington and Chelsea
Town Hall, Hornton Street
For the attention of: Gary Noble
W8 7NX London
United Kingdom
E-mail: gary.noble@rbkc.gov.uk
Internet address(es):
General address of the contracting authority: https://www.rbkc.gov.uk/
Electronic access to information: www.capitalesourcing.com
Electronic submission of tenders and requests to participate: www.capitalesourcing.com
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)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Kensington and Chelsea Tenant Management Organisation (KCTMO)
London Borough of Hammersmith and Fulham (‘LBHF’)
Westminster City Council (‘WCC’)
Any future tenant management organisation established by LBHF
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
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
Main site or location of works, place of delivery or of performance: NUTS code: UKI33. Main site or place of performance: Kensington and Chelsea, London, UK.
The main site for the performance of the services is the Royal Borough of Kensington and Chelsea. However, it is anticipated that other participating bodies may also call-off from the framework and require the services to also be performed in their own geographical area.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 1 GBP
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
50232100, 45316110
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
a) Maintenance of all street lighting, illuminated and non-illuminated signs, and pedestrian crossings;
b) New installation of all street lighting, illuminated and non-illuminated signs, and pedestrian crossings;
c) Maintenance of the lighting on Albert and Chelsea Bridges;
d) Installation and maintenance of Pay and Display machines;
e) Preparation and subsequent restoration of street furniture as part of events such as the Notting Hill Carnival;
f) Festive lighting.
For emergency works, the contractor will be required to mobilise the necessary resources within 2 hours and proceed with the services as instructed.
The works comprise a combination of reactive and programmed maintenance works as well as some new installation works.
Although the Contract is primarily for works, it will contain elements of services and supplies and economic operators are referred to the draft Service Information (which forms 1 of the procurement documents) for further information.
The whole of the Royal Borough is a controlled parking zone with resident parking bays and Pay and Display facilities. The contractor will be required to arrange residents parking suspensions where necessary.
The Council does not permit parking on the foot-way.
Applicants are referred to the ITT and the accompanying procurement documents for details of the procurement and the contracts.
Estimated value excluding VAT: 50 160 000 GBP
II.2.2)Information about options
Description of these options: The contract will be for a contract period of 5 years with the option exercisable by the Council to extend for a period or periods in aggregate of up to 3 years, with a maximum total contract period of 8 years.
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:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As set out in the pre-qualification questionnaire.
III.2.3)Technical capacity
Selection criteria as stated in the procurement documents.
Minimum level(s) of standards possibly required:
As set out in the pre-qualification questionnaire.
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: As set out in the pre-qualification questionnaire.
IV.2.1)Award criteria
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
1. The Council itself;
2. Kensington and Chelsea Tenant Management Organisation (KCTMO);
3. The London Borough of Hammersmith and Fulham (‘LBHF’);
4. Any future tenant management organisation established by LBHF;
5. Westminster City Council (‘WCC’).
The Council will therefore be acting as a central purchasing body through which the participating bodies may wish to purchase substantially similar works to those awarded under the Council’s contract without the need for any further procurement. There shall however be no obligation on the participating bodies to call-off from the framework agreement, and no guarantee or warranty is given as to the nature or volume, if any, of the works or the number of call-offs, if any, under the framework agreement.
The framework agreement will be for 4 years, however the call-off contracts under the framework will have various durations depending on the preferences of the participating bodies.
Where the proposed call-off contract covers work subject to tenant consultation requirements under section 20 of the Landlord and Tenant Act 1985 (such as housing estate drainage works), any such quotation may be in competition with other quotations received from, for example, tenant-nominated contractors.
The contracting authority envisages that, for each lot, the contract and the framework agreement shall be entered into at the same time. However, the timing of any call-off contracts will be a matter to be decided between the provider and the participating body.
Economic operators shall also note that the provisions of the framework agreement will entitle the participating bodies to enter into call-off contracts in relation to part or parts of the works (rather than all of them) and therefore the final specifications of the call-off contracts may differ from the final specification of the main contract.
The Council shall reserve its rights in the contract and the framework agreement to amend the scope of the works in question. The Council may amend the contract and the framework agreement by using the variation mechanisms contained therein.
The Council is a highways authority under the Highways Act 1980 and is responsible for the majority of the highways in its borough in central London.
The Transfer of Undertakings (Protection of Employment) Regulations 2006 may apply. For further details please see the ITT.
The Council reserves the right to abandon this procurement process and/or to award part of the works but not the rest.
The Council reserves the right to amend the any and all of time-scales set out in this notice.
This procurement may be continued by any successor body to the Council in the event of any local government restructuring.
The Council shall not be liable for any costs incurred by any economic operators who express an interest in this procurement or are invited to submit a tender and are not successful or the contract or framework agreement are not awarded for any reason.
All communication must be sent through the capitalesourcing.com portal.
Further information can be found in the pre-qualification questionnaire, the procurement documents, and the draft invitation to tender, all of which are available at the captalesourcing.com portal.
The estimated values of work set out in this notice are estimated to the best of the Council’s knowledge and are correct at the date of issue of this contract notice. They also take account of the value of work that it is anticipated will be called-off under the framework agreement by the participating bodies over the 4 year duration of the framework agreement. Economic operators should note however that participating bodies are under no obligation to place work under the framework agreement and therefore it is possible that the final value of work will be less than the estimated values. In addition, economic operators will note that the Contract takes the form of a term service contract which allows for a variable volume of work to be instructed by the Council (and participating bodies under their call-off contracts) and has no warranted volume or value of work over its duration. It is therefore possible that the final value of work carried out under the Contract may vary from this initial estimate. For the avoidance of doubt the estimated value set out in II.2.1) (Estimated value excluding VAT) are for the purposes of this notice broken down as follows based on the assumption of an 8 year contract:
RBKC/KCTMO: 12 320 000 GBP;
WCC: 29 040 000 GBP;
LBHF: 8 800 000 GBP.
The duration stated in II.3) is the total duration of the contract including any extension as set out elsewhere in this notice.
VI.4.1)Body responsible for appeal procedures
Royal Courts of Justice
Strand
WC2A 2LL London
Telephone: +44 2079476000
Internet address: https://www.justice.gov.uk/courts/rcj-rolls-building
Body responsible for mediation procedures
Royal Courts of Justice
Strand
WC2A 2LL London
Telephone: +44 2079476000
Internet address: https://www.justice.gov.uk/courts/rcj-rolls-building
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice:
Related Posts
AGMA Street Lighting Framework
Crown Commercial Service – Traffic Management Technology 2
Street Lighting Term Service Contract London
Term Contracts for Street Lighting Maintenance 2016