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 :
CONTRACT NOTICE


Section I: Contracting authority

I.1) Name and addresses:
Official name: YPO
Postal address: 41 Industrial Park
Town: Wakefield
Postal code: WF2 0XE
Country: UK
Contact person: The Contracts Team
Telephone: +44 1924664685
E-mail: contracts@ypo.co.uk
NUTS code: UKE45
Main address: http://www.ypo.co.uk/
Address of the buyer profile (URL): External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.
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

Main Activity
I.5.1) Main Activity: GENERAL PUBLIC SERVICES

Section II: Object of Contract


Title:
YPO — 001027 Street Lighting Products and Services

Reference number: 001027

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

Information about lots
II.1.6) This contract is divided into lots: yes



Description: Item/Lot 1
Title:
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) Start: 2020-10-23
II.2.7) End: 2024-10-22
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

Description: Item/Lot 2
Title:
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) Start: 2020-10-23
II.2.7) End: 2024-10-22
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

Description: Item/Lot 3
Title:
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) Start: 2020-10-23
II.2.7) End: 2024-10-22
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

Description: Item/Lot 4
Title:
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) Start: 2020-10-23
II.2.7) End: 2024-10-22
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

Description: Item/Lot 5
Title:
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) Start: 2020-10-23
II.2.7) End: 2024-10-22
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

Section III: Legal, economic, financial and technical information

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.


Section IV: Procedure

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

Section V: Complementary information



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:
Official name: High Court of England and Wales
Town: London
Country: UK

Section VI

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.