Street Lighting Tender Gateshead
Supply of Luminaires for Phase 3 of the Street Lighting Carbon Reduction Project.
UK-Gateshead: street-lighting equipment
2012/S 124-205156
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Borough Council of Gateshead
Corporate Procurement, Civic Centre, Regent Street
Contact point(s): Mrs Julie Gullon
For the attention of: Mrs Julie Gullon
NE8 1HH Gateshead
UNITED KINGDOM
Telephone: +44 1914335990
E-mail: juliegullon@gateshead.gov.uk
Internet address(es):
General address of the contracting authority: www.gateshead.gov.uk
Address of the buyer profile: www.nepoportal.org
I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
Environment
Economic and financial affairs
Housing and community amenities
Social protection
Recreation, culture and religion
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Supply of Luminaires for Phase 3 of the Street Lighting Carbon Reduction Project.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Gateshead.
NUTS code UKC22
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in years: 3
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 5 600 000 and 6 600 000 GBP
II.1.5)Short description of the contract or purchase(s)
The contract is for the supply of luminaires including lamp, LeafNode/BranchNode and LeafNut enabled electronic dimmable ballast which shall be compatible with the Contracting Authority’s Central Management System, Harvard LeafNut and which shall operate using Light-Emitting Diode (LED) technology. The Contracting Authority reserve the right not to install the Harvard components in some or all of the luminaires, this decision will be informed by the procurement process and will be made following contract award.
The luminaires will be fitted to the existing lighting columns by the Contracting Authority’s internal Contractor/Local Environmental Services (LES), therefore installation will not be a requirement of this contract.
In order to be considered for this contract interested parties will be required to provide test data extrapolated to 6 000 hours as part of their tender submission using the Harvard CoolLED TwinLeafNut Driver. Tenderers who do not submit this data will not be considered for the contract. It would be preferable that the 350ma Driver is used however the Contracting Authority will consider other options.
The Contracting Authority wish to develop innovative solutions which are environmentally, economically and socially sustainable and in particular to realise the value of waste as a natural resource. The Contractor must ensure that any residual waste is sustainably managed and limits its contribution to climate change.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Contracting Authority requires Luminaires to upgrade the Contracting Authority’s residential street lighting and to integrate with the Central Management System. All equipment shall be approved for use under the Balancing and Settlement Code (BSC) Unmetered Supplies Arrangements and shall have all necessary UMSUG codes.
There are an estimated number of 21 930 residential street lights in Phase 3 of the Contracting Authority’s Street Lighting Carbon Reduction Project. The Contracting Authority wish to use light-emitting diode (LED) technology to upgrade the existing street lights and achieve a reduction in energy consumption and CO2 emissions.
This figure is provided for guidance only and is not warranted and / or guaranteed. The Contracting Authority reserve the right to purchase a greater or lesser amount.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Contracting Authority reserves the right to require deposits, guarantees, bonds and other forms of appropriate security.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be set out in the tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
To be set out in the tender documentation.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Circumstances set out in regulation 23 of the UK Public Contracts Regulations 2006 (SI 2006 No.5). Applicants are required to complete and return a detailed tender document prepared by the Contracting Authority and provide such supporting evidence as may be requested by the deadline stated in IV.3.4.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As set out in the tender documentation.
Minimum level(s) of standards possibly required: As set out in the tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As set out in the tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2012/S 90-148077 of 11.5.2012
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 27.7.2012 – 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
27.7.2012 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
2.7.2012
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders
Date: 27.7.2012 – 14:00
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Representatives from Gateshead Council Legal & Corporate Services.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.4.1)Body responsible for appeal procedures
The Borough Council of Gateshead
Civic Centre, Regent Street
NE8 1HH Gateshead
UNITED KINGDOM
Telephone: +44 1914333000
Internet address: www.gateshead.gov.uk
Body responsible for mediation procedures
The Borough Council of Gateshead
Civic Centre, Regent Street
NE8 1HH Gateshead
UNITED KINGDOM
Telephone: +44 1914333000
Internet address: www.gateshead.gov.uk
VI.4.3)Service from which information about the lodging of appeals may be obtained