Tender

Street Lighting Service Contract

SUFFOLK COUNTY COUNCIL

This public procurement record has 1 release in its history.

Tender

18 Oct 2022 at 14:55

Summary of the contracting process

The Suffolk County Council is seeking a partner to deliver its Street Lighting Service Contract. The Council aims to establish a collaborative long-term relationship with a service provider that supports its corporate objectives. The contract includes opportunities for social value benefits, climate emergency initiatives, and promoting equality and diversity. The estimated value of the contract is £75,000,000, with a 10-year term starting from October 1, 2023. The procurement method is a competitive procedure with negotiation, and the tender deadline is November 18, 2022.

This tender from Suffolk County Council presents opportunities for businesses involved in street-lighting equipment, installation services, energy services, and engineering. Companies focusing on social value, climate action, and diversity will be well-suited to compete. The contract allows for extensions and additional scope, providing potential for long-term partnerships and innovation. Interested parties should review the selection questionnaire and submit bids in compliance with the outlined procurement process and deadlines.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Street Lighting Service Contract

Notice Description

Suffolk County Council wishes to appoint an industry-leading service provider to become its partner in the delivery of the Council's Street Lighting Service (Contract). The Council is looking to forge a long-term collaborative relationship with a service provider that delivers a Contract which actively supports the Council's corporate objectives and provides added value to the County. At present, the majority of the Council's street lighting service (SLS) is delivered through its existing highways contract with support for the Capital replacement works being provided by the contractor currently undertaking the LED Replacement project. Both contract arrangements are due to expire at the end of September 2023 with the highways contract currently the subject of a separate procurement process which should lead to an award in early 2023.The Council therefore intends to put in place a new, flexible SLS Contract to maximise the potential for success for both parties

Lot Information

Lot 1

The Council wishes to put in place a new, exciting and flexible arrangement to facilitate its street lighting service. The current intention is to ensure that the new Contract encourages and facilitates the following:* Collaboration and partnership - the Council is keen to establish a partnership with the appointed service provider which embodies trust in service delivery and pricing, actively supports its objectives, promotes collaboration and embraces the needs of the Council as well as the people of the County of Suffolk.* Social considerations - in putting in place this important Contract, the Council will consider how it can bring Social Value benefits to its communities by ensuring these are embedded in the service specification, form part of its procurement decisions and are delivered through this Contract.* Climate Emergency - potential service providers will need to demonstrate how they will help the Council with its aim to be Carbon Net Zero by 2030. This will include reviewing and monitoring street lighting services activities to mitigate environmental impacts whilst actively working in accordance with the Council's Climate Change Commercial Ask.* Environmental considerations - the Council also wishes to seek out opportunities within the street lighting services where it can make positive contributions to biodiversity and protecting the environment across Suffolk.* Communication and Engagement - communication for the street lighting service plays a key role in keeping customers and stakeholders informed about the different services being delivered (location and time) and informs the Council of defects, complaints and compliments.* Equality, Diversity and Inclusion - the Council wants a service provider that is committed to ensuring fair and accessible opportunities for everyone from diverse backgrounds and promoting an inclusive culture and environment within the workplace.The Contract will be required to deliver street lighting services to include General Maintenance, Capital asset replacement and installation of new assets. There may also be the requirement for design support during peak times. In addition to the work with Suffolk County Council, there will also be the opportunity for the delivery of the contract requirements to other bodies within the East of England, including but not limited to parish councils, district, borough and county councils and housing developers.As mentioned above whilst separate contracts will be put in place for the provision of the core Highways Maintenance Service and ITS services. The Council reserves its right to bring elements of this service into those Contracts at a later date.The Council recognises that innovation is at the forefront of the street lighting market and as such has provided opportunity for other electrical and related services to potentially be delivered under this contract in the future where value for money can be assured.The Council is aware that the approach it has decided to take in respect of the Contract may be different to many of the approaches currently in or coming to the market. The Council strongly believes that its approach will not only promote a closer working relationship with the service provider but will provide the best value for money for the Council. Delivering through a platform that supports innovation, anticipates change and drives continuous improvement to promote and deliver on the key objectives. The Council will ensure a fair and transparent procurement process whilst complying with the Public Contracts Regulations 2015 and intends to invite the top three scoring Candidates to participate in and submit an initial tender. They will then be invited to participate in and submit detailed and final tenders. Further information about the procurement process is set out in the Project Information Memorandum (PIM).

Options: The Contract shall include, but not be limited to, the following options:* to extend the scope of the Contract during its terms to cover any other highway's related services which aren't currently part of the core service as described in theSpecification and/or.* to extend the initial minimum term of the Contract from 7 years up to a maximum aggregate of 10 years. Such options shall be included in the Contract and shall be developed as part of the negotiation process with those Bidders selected to participate in that phase.The Council reserves the right in the event that the successful contractor on the Highways Services Contract is also successful in winning this contract, the Council may merge the SLS into the Highways Services contract.

Renewal: The contract term will be up to a maximum of 10 years comprised of an initial minimum term of 7 years followed by an optional aggregate extension period of up to a further 3 years.The duration and number of extensions beyond the minimum term of 7 years shall be determined at the Council's absolute discretion. The Council will explore the duration of any extensions as part of the negotiations

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0376bc
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/029342-2022
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

31 - Electrical machinery, apparatus, equipment and consumables; lighting

34 - Transport equipment and auxiliary products to transportation

50 - Repair and maintenance services

51 - Installation services (except software)

65 - Public utilities

71 - Architectural, construction, engineering and inspection services


CPV Codes

31158000 - Chargers

31680000 - Electrical supplies and accessories

34928400 - Urban furniture

34928430 - Beacons

34928450 - Bollards

34928472 - Sign posts

34928500 - Street-lighting equipment

34928510 - Street-lighting columns

34928520 - Lampposts

34928530 - Street lamps

50232000 - Maintenance services of public-lighting installations and traffic lights

51110000 - Installation services of electrical equipment

51120000 - Installation services of mechanical equipment

51300000 - Installation services of communications equipment

65310000 - Electricity distribution

65320000 - Operation of electrical installations

71222000 - Architectural services for outdoor areas

71241000 - Feasibility study, advisory service, analysis

71242000 - Project and design preparation, estimation of costs

71244000 - Calculation of costs, monitoring of costs

71245000 - Approval plans, working drawings and specifications

71248000 - Supervision of project and documentation

71311000 - Civil engineering consultancy services

71314000 - Energy and related services

71318000 - Advisory and consultative engineering services

71322000 - Engineering design services for the construction of civil engineering works

71334000 - Mechanical and electrical engineering services

71336000 - Engineering support services

71630000 - Technical inspection and testing services

Notice Value(s)

Tender Value
£75,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Oct 20223 years ago
Submission Deadline
18 Nov 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Sep 2023 - 30 Sep 2030 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
SUFFOLK COUNTY COUNCIL
Contact Name
Martin Jennings
Contact Email
martin.jennings@suffolk.gov.uk
Contact Phone
+44 1473260450

Buyer Location

Locality
IPSWICH
Postcode
IP1 2BX
Post Town
Ipswich
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH6 Suffolk
Small Region (ITL 3)
TLH62 Ipswich
Delivery Location
TLH East (England)

Local Authority
Ipswich
Electoral Ward
Gipping
Westminster Constituency
Ipswich

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0376bc-2022-10-18T15:55:31+01:00",
    "date": "2022-10-18T15:55:31+01:00",
    "ocid": "ocds-h6vhtk-0376bc",
    "description": "Selection Questionnaire responses and tenders are to be completed electronically using the Portal: www.suffolksourcing.uk.Please note that a 'request to participate' for the purposes of this contract notice (in particular, Section IV.2.2) is by completion and return of the Selection Questionnaire by the stated deadline.Bidders will remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from Bidders in connection with taking part in this procurement, regardless of whether such costs arise as a consequence, direct or indirect, of any amendments made to the procurement documents by the Council at any time.The Council is mindful of the issues presented by conflicts of interest and will be proactively managing any actual or potential conflicts that may arise during this procurement. The Council have engaged with Faithful & Gould (F&G) and Bird & Bird (B&B) for their support in this procurement process. Any potential bidders who consider a potential or perceived conflict of interest should raise this with the council at the earliest opportunity to ensure appropriate action to ensure that F&G or B&B have put in place all the necessary information barriers and precautions to manage all actual, potential and/or perceived conflicts of interest.The Council reserves the right at any time to: i) reject any or all responses and to cancel or withdraw this procurement at any stage;ii) award a contract without prior notice;iii) change the basis, the procedures and the time-scales set out or referred to within the procurement documents;iv) require a Bidder to clarify any submissions in writing and/or provide additional information (failure to respond adequately may result in disqualification);v) terminate the procurement process; and/orvi) amend the terms and conditions of the selection and evaluation process.All discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of both parties.The estimated value of the Contract identified in II.2.6) is only an estimate at this stage and provides scope for additional works currently unknown to the Council, therefore it has the potential to be higher.There is some uncertainty as to the total value for several reasons including: (i) the flexible approach being adopted which anticipates change and continuous improvement;(ii) the availability of central Government funding for future projects/schemes; and(iii) the potential for other Government bodies to utilise this Contract as described in Section II.2.4 above;(iv) the significant impact that inflation could have on costs under the Contract.In relation to Section II.2.10, variant bids may be accepted by the Council. However, this will only be in circumstances where the form and content of the variant has been approved by the Councilin advance.",
    "initiationType": "tender",
    "tender": {
        "id": "CD1362",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Street Lighting Service Contract",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "34928500",
            "description": "Street-lighting equipment"
        },
        "mainProcurementCategory": "goods",
        "description": "Suffolk County Council wishes to appoint an industry-leading service provider to become its partner in the delivery of the Council's Street Lighting Service (Contract). The Council is looking to forge a long-term collaborative relationship with a service provider that delivers a Contract which actively supports the Council's corporate objectives and provides added value to the County. At present, the majority of the Council's street lighting service (SLS) is delivered through its existing highways contract with support for the Capital replacement works being provided by the contractor currently undertaking the LED Replacement project. Both contract arrangements are due to expire at the end of September 2023 with the highways contract currently the subject of a separate procurement process which should lead to an award in early 2023.The Council therefore intends to put in place a new, flexible SLS Contract to maximise the potential for success for both parties",
        "value": {
            "amount": 75000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Council wishes to put in place a new, exciting and flexible arrangement to facilitate its street lighting service. The current intention is to ensure that the new Contract encourages and facilitates the following:* Collaboration and partnership - the Council is keen to establish a partnership with the appointed service provider which embodies trust in service delivery and pricing, actively supports its objectives, promotes collaboration and embraces the needs of the Council as well as the people of the County of Suffolk.* Social considerations - in putting in place this important Contract, the Council will consider how it can bring Social Value benefits to its communities by ensuring these are embedded in the service specification, form part of its procurement decisions and are delivered through this Contract.* Climate Emergency - potential service providers will need to demonstrate how they will help the Council with its aim to be Carbon Net Zero by 2030. This will include reviewing and monitoring street lighting services activities to mitigate environmental impacts whilst actively working in accordance with the Council's Climate Change Commercial Ask.* Environmental considerations - the Council also wishes to seek out opportunities within the street lighting services where it can make positive contributions to biodiversity and protecting the environment across Suffolk.* Communication and Engagement - communication for the street lighting service plays a key role in keeping customers and stakeholders informed about the different services being delivered (location and time) and informs the Council of defects, complaints and compliments.* Equality, Diversity and Inclusion - the Council wants a service provider that is committed to ensuring fair and accessible opportunities for everyone from diverse backgrounds and promoting an inclusive culture and environment within the workplace.The Contract will be required to deliver street lighting services to include General Maintenance, Capital asset replacement and installation of new assets. There may also be the requirement for design support during peak times. In addition to the work with Suffolk County Council, there will also be the opportunity for the delivery of the contract requirements to other bodies within the East of England, including but not limited to parish councils, district, borough and county councils and housing developers.As mentioned above whilst separate contracts will be put in place for the provision of the core Highways Maintenance Service and ITS services. The Council reserves its right to bring elements of this service into those Contracts at a later date.The Council recognises that innovation is at the forefront of the street lighting market and as such has provided opportunity for other electrical and related services to potentially be delivered under this contract in the future where value for money can be assured.The Council is aware that the approach it has decided to take in respect of the Contract may be different to many of the approaches currently in or coming to the market. The Council strongly believes that its approach will not only promote a closer working relationship with the service provider but will provide the best value for money for the Council. Delivering through a platform that supports innovation, anticipates change and drives continuous improvement to promote and deliver on the key objectives. The Council will ensure a fair and transparent procurement process whilst complying with the Public Contracts Regulations 2015 and intends to invite the top three scoring Candidates to participate in and submit an initial tender. They will then be invited to participate in and submit detailed and final tenders. Further information about the procurement process is set out in the Project Information Memorandum (PIM).",
                "contractPeriod": {
                    "startDate": "2023-10-01T00:00:00+01:00",
                    "endDate": "2030-09-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract term will be up to a maximum of 10 years comprised of an initial minimum term of 7 years followed by an optional aggregate extension period of up to a further 3 years.The duration and number of extensions beyond the minimum term of 7 years shall be determined at the Council's absolute discretion. The Council will explore the duration of any extensions as part of the negotiations"
                },
                "secondStage": {
                    "minimumCandidates": 3,
                    "maximumCandidates": 3
                },
                "selectionCriteria": {
                    "description": "Please refer to the Selection Questionnaire"
                },
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The Contract shall include, but not be limited to, the following options:* to extend the scope of the Contract during its terms to cover any other highway's related services which aren't currently part of the core service as described in theSpecification and/or.* to extend the initial minimum term of the Contract from 7 years up to a maximum aggregate of 10 years. Such options shall be included in the Contract and shall be developed as part of the negotiation process with those Bidders selected to participate in that phase.The Council reserves the right in the event that the successful contractor on the Highways Services Contract is also successful in winning this contract, the Council may merge the SLS into the Highways Services contract."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34928500",
                        "description": "Street-lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51300000",
                        "description": "Installation services of communications equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928510",
                        "description": "Street-lighting columns"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71314000",
                        "description": "Energy and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928520",
                        "description": "Lampposts"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71318000",
                        "description": "Advisory and consultative engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71334000",
                        "description": "Mechanical and electrical engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71244000",
                        "description": "Calculation of costs, monitoring of costs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51120000",
                        "description": "Installation services of mechanical equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232000",
                        "description": "Maintenance services of public-lighting installations and traffic lights"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928472",
                        "description": "Sign posts"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31158000",
                        "description": "Chargers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "65310000",
                        "description": "Electricity distribution"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71245000",
                        "description": "Approval plans, working drawings and specifications"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928400",
                        "description": "Urban furniture"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "65320000",
                        "description": "Operation of electrical installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71222000",
                        "description": "Architectural services for outdoor areas"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71241000",
                        "description": "Feasibility study, advisory service, analysis"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928450",
                        "description": "Bollards"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71336000",
                        "description": "Engineering support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71242000",
                        "description": "Project and design preparation, estimation of costs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51110000",
                        "description": "Installation services of electrical equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928430",
                        "description": "Beacons"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31680000",
                        "description": "Electrical supplies and accessories"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928530",
                        "description": "Street lamps"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71630000",
                        "description": "Technical inspection and testing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71248000",
                        "description": "Supervision of project and documentation"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311000",
                        "description": "Civil engineering consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH"
                    }
                ],
                "deliveryLocation": {
                    "description": "Suffolk and the East of England"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "written"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Selection criteria as stated in the procurement documents",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "The appointed supplier will be required to actively participate in the achievement of social, environmental and/or health & safety objectives. Accordingly certain award criteria and certain contract performance conditions will relate in particular to social, environmental, health & safety and/or other corporate social responsibility considerations. Further details can be found in the procurement documents and the Contract.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "secondStage": {
            "successiveReduction": true,
            "noNegotiationNecessary": true,
            "invitationDate": "2022-11-28T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-11-18T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2023-09-30T23:59:59+01:00"
            }
        },
        "hasRecurrence": true,
        "reviewDetails": "Any appeals should be promptly brought to the attention of Nigel Innis, Head of Legal for the Council at the address specified in Section I) above, and will be dealt with in accordance withthe requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the time scales specified by the applicable law, including, without limitation, the Public Contracts Regulations 2015. In accordance with such Regulations, the Council will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to Bidders."
    },
    "parties": [
        {
            "id": "GB-FTS-1145",
            "name": "Suffolk County Council",
            "identifier": {
                "legalName": "Suffolk County Council"
            },
            "address": {
                "streetAddress": "Endeavour House, Russell Road",
                "locality": "IPSWICH",
                "region": "UKH14",
                "postalCode": "IP1 2BX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Martin Jennings",
                "telephone": "+44 1473260450",
                "email": "martin.jennings@suffolk.gov.uk",
                "url": "http://www.suffolksourcing.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.suffolksourcing.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-3462",
            "name": "Royal Courts of Justice",
            "identifier": {
                "legalName": "Royal Courts of Justice"
            },
            "address": {
                "streetAddress": "Strand",
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-1145",
        "name": "Suffolk County Council"
    },
    "language": "en"
}