Supply of LED Luminaires 2015 – 2019
Lot 1 — Residential (P Class) comprising of approximately 47 000 luminaires. Lot 2 — Motorised (M Class) comprising of approximately 21 000 luminaires.
United Kingdom-Leicester: Transport equipment and auxiliary products to transportation
2015/S 099-179191
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Leicestershire County Council
Commercial and Procurement Services, County Hall, Leicester Road Glenfield
For the attention of: Mr Charles Ellis
LE3 8RA Leicester
UNITED KINGDOM
Telephone: +44 1163055859
E-mail: charles.ellis@leics.gov.uk
Further information can be obtained from: Leicestershire County Council
County Hall, Glenfield
LE3 8RA Leicester
UNITED KINGDOM
Internet address: www.eastmidstenders.org
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Leicestershire County Council
County Hall, Glenfield
LE3 8RA Leicester
UNITED KINGDOM
Internet address: www.eastmidstenders.org
Tenders or requests to participate must be sent to: Leicestershire County Council
County Hall, Glenfield
LE3 8RA Leicester
UNITED KINGDOM
Internet address: www.eastmidstenders.org
I.2)Type of the contracting authority
I.3)Main activity
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
Purchase
Main site or location of works, place of delivery or of performance: Within the administrative boundary of Leicestershire County Council.
NUTS code UKF2
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 16 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The contract is for the design, manufacture and delivery of approximately 68 000 luminaires over a 4 year period. With the tender being split in 2 lots as follows:
Lot 1 — Residential (P Class) comprising of approximately 47 000 luminaires
Lot 2 — Motorised (M Class) comprising of approximately 21 000 luminaires
The Purchaser’s intended installation programme is as follows, spread across the 2 Lots:
Lot 1 Residential (P Class)
Year 2015/16 — 7,120
Year 2016/17 — 12,108
Year 2017/18 — 14,950
Year 2018/19 — 12,785
Lot 1 Motorised (M Class)
Year 2015/16 — 3,276
Year 2016/17 — 6,757
Year 2017/18 — 6,553
Year 2018/19 — 4,040
Tenderers are permitted to bid for 1 or both lots.
Tenderers should also note that the Purchaser may wish to accelerate the intended installation programme in order to benefit from the proposed savings at an earlier date.
Tenderers shall note that there are other street lights in Leicestershire that are neither owned nor maintained by the Purchaser. These lights are owned and maintained by parish, town, borough and district councils, any of whom many ask the Purchaser to convert its existing street lighting to LED luminaires at their own cost. This potential work is currently unquantifiable, but it would entail the tenderer providing additional luminaires beyond the installation programme referred to above.
II.1.6)Common procurement vocabulary (CPV)
34000000, 34900000, 34990000, 34993000, 34920000, 34928500, 34928530
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Lot 1 — Residential (P Class) comprising of approximately 47 000 luminaires
Lot 2 — Motorised (M Class) comprising of approximately 21 000 luminaires
The Purchaser’s intended installation programme is as follows, spread across the 2 Lots:
Lot 1 Residential (P Class)
Year 2015/16 — 7,120
Year 2016/17 — 12,108
Year 2017/18 — 14,950
Year 2018/19 — 12,785
Lot 2 Motorised (M Class)
Year 2015/16 — 3,276
Year 2016/17 — 6,757
Year 2017/18 — 6,553
Year 2018/19 — 4,040
Tenderers may bid for 1 or both lots.
II.2.2)Information about options
Information about lots
Lot No: 1Lot title: Residential (P Class)
2)Common procurement vocabulary (CPV)
34000000, 34900000, 34990000, 34993000, 34920000, 34928500, 34928530
3)Quantity or scope
Year 2015/16 — 7,120
Year 2016/17 — 12,108
Year 2017/18 — 14,950
Year 2018/19 — 12,785.
Lot No: 2Lot title: Motorised (M Class)
2)Common procurement vocabulary (CPV)
34000000, 34900000, 34990000, 34993000, 34920000, 34928500, 34928530
3)Quantity or scope
Year 2015/16 — 3,276
Year 2016/17 — 6,757
Year 2017/18 — 6,553
Year 2018/19 — 4,040.
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: As stated within the Invitation to Tender.
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 stated within the Invitation to Tender.
III.2.3)Technical capacity
As stated within the Invitation to Tender.
Minimum level(s) of standards possibly required:
As stated within the Invitation to Tender.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.4)Time limit for receipt of tenders or requests to participate
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.4.1)Body responsible for appeal procedures
High Court, Royal Courts of Justice
WC2A 2LL London
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: