United Kingdom-Wakefield: Street-lighting equipment
Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.
Title | United Kingdom-Wakefield: Street-lighting equipment |
OJEU (High Value) | 408182-2020 |
Type | Invitation to tender |
Date Published | 2020-08-31 |
Deadline | 2020-09-30 12:00:00 |
Nature Of Contract | Supply contract |
Awarding Authority | |
Procedure | Open procedure |
Description : |
I.1) Name and addresses: NUTS code: UKE45 I.2.3) The contract is awarded by a central purchasing body Communication I.3) Procurement documents (URL): External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge. Additional Information I.3.4) Additional information can be obtained from: I.3.6)Tenders or requests to participate must be submitted electronically via: External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge. I.4) Type of the contracting authority: BODY PUBLIC I.5.1) Main Activity: GENERAL PUBLIC SERVICES YPO — 001027 Street Lighting Products and Services II.1.4) Short description YPO are looking for providers to be appointed onto a framework agreement for the provision of street lighting products and services. The framework is designed to meet the needs of all public sector organisations which includes YPO’s internal requirements by establishing an agreement where the end customer will place the order with the provider and the provider delivered direct to the end customer. II.01) Estimated value excluding VAT: GBP 100000000 II.1.6) This contract is divided into lots: yes Lot 1 — Exterior Electrical Products and Equipment II.2.1) Lot No: 1 NUTS code: UK II.1.4) Short description Lot 1 is for the supply of exterior lighting and associated electrical products and equipment, including lantern units, luminaires and associated internal components (e.g. lamps, control gear etc.), illuminated traffic signs, bollards and cables (including solar powered), smart city solutions, traffic signs, telecoms, variable message signs, festive illuminations and other exterior electrical products and equipment, including LED, Wifi, Lifi, IOT, Comms and Audio Equipment. II.2.5) Award criteria: Criteria: Quality Weighting: 30 % Criteria: Delivery and customer service Weighting: 15 % Criteria: Social value and environmental Weighting: 5 % Cost/Price Criteria: Cost Weighting: 50 % II.2.6) Duration of the contract, framework agreement or dynamic purchasing system II.2.7) II.2.7) II.2.7.5) This contract is subject to renewal: yes II.2.7.6) Description of renewals: There is a possibility that this framework will be subject to renewal after 3.5 years from the commencement date. II.2.10) Variants will be accepted: no The procurement is related to a project and/or programme financed by European Union funds): no Lot 2 — Internet of Things and Central Management Systems II.2.1) Lot No: 2 NUTS code: UK II.1.4) Short description Lot 2 is for the supply of internet of things and central management systems and support infrastructure II.2.5) Award criteria: Criteria: Quality Weighting: 30 % Criteria: Delivery and customer service Weighting: 15 % Criteria: Social value and environmental Weighting: 5 % Cost/Price Criteria: Cost Weighting: 50 % II.2.6) Duration of the contract, framework agreement or dynamic purchasing system II.2.7) II.2.7) II.2.7.5) This contract is subject to renewal: yes II.2.7.6) Description of renewals: There is a possibility that this framework will be subject to renewal after 3.5 years from the commencement date. II.2.10) Variants will be accepted: no The procurement is related to a project and/or programme financed by European Union funds): no Lot 3 — Columns, Pillars, Posts and Ports II.2.1) Lot No: 3 NUTS code: UK II.1.4) Short description Lot 3 is for the supply of exterior lighting columns, sign columns, feeder pillars, posts, cabinets and components to include bespoke fabrications and brackets. Supply of electric vehicle charging ports with support infrastructure and other sundry products. II.2.5) Award criteria: Criteria: Quality Weighting: 30 % Criteria: Delivery and customer service Weighting: 15 % Criteria: Social value and environmental Weighting: 5 % Cost/Price Criteria: Cost Weighting: 50 % II.2.6) Duration of the contract, framework agreement or dynamic purchasing system II.2.7) II.2.7) II.2.7.5) This contract is subject to renewal: yes II.2.7.6) Description of renewals: There is a possibility that this framework will be subject to renewal after 3.5 years from the commencement date. II.2.10) Variants will be accepted: no The procurement is related to a project and/or programme financed by European Union funds): no Lot 4 — Project Management and Support Services II.2.1) Lot No: 4 NUTS code: UK II.1.4) Short description Lot 4 is for the provision of project management, engineering services, technical services; design and/or specification support services to include IOT, electric vehicle charging, smart city and/or telecoms, broadband consultancy services and inventory asset management services. II.2.5) Award criteria: Criteria: Quality Weighting: 30 % Criteria: Delivery and customer service Weighting: 15 % Criteria: Social value and environmental Weighting: 5 % Cost/Price Criteria: Cost Weighting: 50 % II.2.6) Duration of the contract, framework agreement or dynamic purchasing system II.2.7) II.2.7) II.2.7.5) This contract is subject to renewal: yes II.2.7.6) Description of renewals: There is a possibility that this framework will be subject to renewal after 3.5 years from the commencement date. II.2.10) Variants will be accepted: no The procurement is related to a project and/or programme financed by European Union funds): no Lot 5 — Testing Services II.2.1) Lot No: 5 NUTS code: UK II.1.4) Short description Lot 5 is for the provision of testing and reporting services for street furniture and exterior structures such as columns, feeder pillars, posts and brackets to include structural and/or electrical testing, tracing and mapping services. II.2.5) Award criteria: Criteria: Quality Weighting: 30 % Criteria: Delivery and customer service Weighting: 15 % Criteria: Social value and environmental Weighting: 5 % Cost/Price Criteria: Cost Weighting: 50 % II.2.6) Duration of the contract, framework agreement or dynamic purchasing system II.2.7) II.2.7) II.2.7.5) This contract is subject to renewal: yes II.2.7.6) Description of renewals: There is a possibility that this framework will be subject to renewal after 3.5 years from the commencement date. II.2.10) Variants will be accepted: no The procurement is related to a project and/or programme financed by European Union funds): no III.1.1) List and brief description of conditions Organisations must ensure that they are not in breach of any of the mandatory or discretionary exclusions contained in Regulation 57 of the Public Contracts Regulations 2015. Please refer to the tender documentation/ online tender located on our e-Procurement system. The web address can be found under ‘Procurement Documents’ in ‘Communication’ section in this notice. III.1.2) Economic and financial standing III.1.2.2) Selection criteria as stated in the procurement documents III.1.3) Technical and professional ability III.1.3.1.2) Selection criteria as stated in the procurement documents III.2.2) Contract performance conditions Please refer to the framework agreement terms and conditions located on our e-Procurement system. The web address can be found under procurement documents in ‘Communication’ Section in this notice. IV.1.1) Type of procedure: Open IV.1.3) The procurement involves the establishment of a framework agreement IV.1.3) In the case of framework agreements – justification for any duration exceeding 4 years IV.2.1) Time limit for receipt of tenders or requests to participate IV.2.2) Date 2020-09-30 IV.2.2) Local time 12:00 IV.2.6) Duration in months (from the date stated for receipt of tender): 3 IV.2.7) Conditions for opening of tenders IV.2.7) Date 2020-09-30 IV.2.7) Local time 12:00 There is a possibility that this framework will be subject to renewal after 3.5 years from the commencement date. Additional Information: YPO are purchasing on the behalf of other contracting authorities. Please see the below link for details: https://www.ypo.co.uk/about/customers/ojeu-permissible-users.aspx YPO will incorporate a standstill period at the point of notification of the award of the contract is provided to all bidders. The standstill period will be for a minimum of 10 calendar days and provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Review body: Date of dispatch of this notice : 2020-08-26 |
CPV Codes |
34928500; 31000000; 31600000; 31680000; 31681000; 31681400; 31681410; 32552000; 32552400; 34928530; 32420000; 32424000; 32570000; 32571000; 71300000; 71310000; 71311000; 71311300; 09000000; 31158000; 31224700; 31681500; 32440000; 32442000; 32442200; 34928000; 34928472; 34928510; 34996100; 45230000; 45233100; 45233150; 65000000; 71000000; 71322500; 72212121; 72212140; 79600000; 79630000; 71600000; 71630000; 71631000; 71631400; Street-lighting equipment; Electrical machinery, apparatus, equipment and consumables; lighting; Electrical equipment and apparatus; Electrical supplies and accessories; Electrical accessories; Electrical components; Electrical materials; Electrical apparatus for line telephony or line telegraphy; Audio-frequency signal conversion apparatus; Street lamps; Network equipment; Network infrastructure; Communications equipment; Communications infrastructure; Engineering services; Consultative engineering and construction services; Civil engineering consultancy services; Infrastructure works consultancy services; Petroleum products, fuel, electricity and other sources of energy; Chargers; Junction boxes; Rechargers; Telemetry and terminal equipment; Terminal equipment; Terminal boxes; Road furniture; Sign posts; Street-lighting columns; Traffic lights; Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork; Construction work for highways, roads; Traffic-calming works; Public utilities; Architectural, construction, engineering and inspection services; Engineering-design services for traffic installations; Air traffic control software development services; Railway traffic control software development services; Recruitment services; Personnel services except placement and supply services; Technical testing, analysis and consultancy services; Technical inspection and testing services; Technical inspection services; Technical inspection services of engineering structures; |
Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions. |
|