91ÃÛÌÒÊÓÆµ

Construction Tenders

06 May 2025

Related Information

Construction Contract Leads

United Kingdom

Category Goods

Type

No. of Lots 3

Status Active

Published 19th Feb 2025

Tender Details
Referenceocds-h6vhtk-04e3b6
Common Procurement VocabularyStreet-lighting equipment
Procurement MethodOpen procedure
Value£200,000,000
« Previous Page

United Kingdom

Category Goods

Type

No. of Lots 3

Status Active

Published 19th Feb 2025

Tender Details
Referenceocds-h6vhtk-04e3b6
Common Procurement VocabularyStreet-lighting equipment
Procurement MethodOpen procedure
Value£200,000,000

Section I: Contracting authority

I.1) Name and addresses

Kent County Council (t/a Procurement Services)

1 Abbey Wood Road, Kings Hill

West Malling

ME19 4YT

Email

csgprocurement [at] csltd.org.uk

Telephone

+44 8081685808

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Supply of Street and External Lighting Solutions and Associated Service Y23044

Reference number

Y23044

II.1.2) Main CPV code

  • 34928500 - Street-lighting equipment

II.1.3) Type of contract

Supplies

II.1.4) Short description

This Framework Agreement has been split into three (3) LOTs.

LOT 1 – Street and External Lighting Solutions and Associated Services

LOT 2 – Street Lighting Lamp Posts, Columns and Bollards with built in Electric Vehicle Charge Points and Associated Services

LOT 3 – Professional Services

II.1.5) Estimated total value

Value excluding VAT: £200,000,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Street and External Lighting Solutions and Associated Services

Lot No

1

II.2.2) Additional CPV code(s)

  • 34928500 - Street-lighting equipment
  • 34928510 - Street-lighting columns
  • 34928530 - Street lamps
  • 50232100 - Street-lighting maintenance services
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 45316211 - Installation of illuminated road signs
  • 45316000 - Installation work of illumination and signalling systems
  • 31523000 - Illuminated signs and nameplates
  • 34992000 - Signs and illuminated signs
  • 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

II.2.4) Description of the procurement

This LOT is for the supply and installation of street lighting and external lighting solutions, including LED and incandescent options, and is to provide a turnkey solution in line with Customers specification. Awarded Suppliers will be expected be able to provide a full range of requirements, either directly or via Sub-Contractors, including but not be limited to:

•Architectural solutions

•Dark sky lighting

•Festive lighting and illuminations

•Functional lighting

•Heritage solutions

•Illuminated signs

•Lighting bollards

•Lighting columns

•Lighting for rail

•L³Ü³¾¾±²Ô²¹¾±°ù±ð²õ

•Smart lighting

•Solar lighting

•Sports lighting

Associated Services to include, but not be limited to;

•Central management systems

•Internet of things

Suppliers are permitted to provide a turnkey solution in line with Customers specification, to include, but not be limited to;

•C´Ç³¾³¾¾±²õ²õ¾±´Ç²Ô¾±²Ô²µ

•C´Ç²Ô²õ³Ü±ô³Ù²¹²Ô³¦²â

•D±ð²õ¾±²µ²Ô

•Disposal of existing hardware if applicable

•I²Ô²õ³Ù²¹±ô±ô²¹³Ù¾±´Ç²Ô

•M²¹¾±²Ô³Ù±ð²Ô²¹²Ô³¦±ð

•Project Management

•T±ð²õ³Ù¾±²Ô²µ

•Upgrades if applicable

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £75,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

All Public Bodies will have access to this Framework Agreement with the agreement with the

Contracting Authority. Those organisations who wish to access this Framework Agreement

are detailed in the Invitation to Tender document.

II.2) Description

II.2.1) Title

Street Lighting Lamp Posts, Columns and Bollards with built in Electric Vehicle Charge Points and Associated Services

Lot No

2

II.2.2) Additional CPV code(s)

  • 34928510 - Street-lighting columns
  • 34928500 - Street-lighting equipment
  • 34928530 - Street lamps
  • 09332000 - Solar installation
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

II.2.4) Description of the procurement

This LOT is for the supply and installation of street lighting lamp posts, columns and bollards with built in electric vehicle charge points and associated Services, including LED and incandescent options, and is to provide a turnkey solution in line with Customers specification to include, but not limited to;

Street Lighting solutions, to include, but not limited to;

•Architectural solutions

•Functional lighting

•Heritage solutions

•Lighting bollards

•Lighting columns

•Smart lighting

•Solar lighting

Electric vehicle charge point support to include, but not limited to;

• Back-office support

• Funding application assistance if applicable

• Service and maintenance

Associated Services to include, but not limited to:

•Central management systems

•Internet of things

Suppliers are permitted to provide a turnkey solution in line with Customers specification, to include, but not be limited to;

•C´Ç³¾³¾¾±²õ²õ¾±´Ç²Ô¾±²Ô²µ

•C´Ç²Ô²õ³Ü±ô³Ù²¹²Ô³¦²â

•D±ð²õ¾±²µ²Ô

•Disposal of existing hardware if applicable

•I²Ô²õ³Ù²¹±ô±ô²¹³Ù¾±´Ç²Ô

•M²¹¾±²Ô³Ù±ð²Ô²¹²Ô³¦±ð

•Project Management

•T±ð²õ³Ù¾±²Ô²µ

•Upgrades if applicable

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £75,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

All Public Bodies will have access to this Framework Agreement with the agreement with the

Contracting Authority. Those organisations who wish to access this Framework Agreement

are detailed in the Invitation to Tender document.

II.2) Description

II.2.1) Title

Professional Services

Lot No

3

II.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 79415200 - Design consultancy services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

II.2.4) Description of the procurement

This LOT is for the consultancy and design of street and external lighting solutions and associated Services, under the Framework Agreement, to include but not limited to:

•BOQ – Bill of Quantities

•Cable calculations

•CDM risk assessments

•Connection schedules

•Electric vehicle charge point funding application assistance (if required)

•Electrical cable calculations

•Environmental considerations

•Lighting design solution

•Schematic drawings

•Section 278 street lighting design and support

•Section 38 street lighting design and support

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £50,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

All Public Bodies will have access to this Framework Agreement with the agreement with the

Contracting Authority. Those organisations who wish to access this Framework Agreement

are detailed in the Invitation to Tender document.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

8 April 2025

Local time

2:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 48 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

8 April 2025

Local time

2:15pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

For more information about this opportunity, please visit the Delta eSourcing portal at:

To respond to this opportunity, please click here:

GO Reference: GO-2025219-PRO-29477512

VI.4) Procedures for review

VI.4.1) Review body

Kent County Council (t/a Procurement Services)

1 Abbey Wood Road

West Malling

ME19 4YT

Email

csgprocurement [at] csltd.org.uk

Telephone

+44 8081685808

Country

United Kingdom

Internet address

VI.4.2) Body responsible for mediation procedures

Commercial Services

1 Abbey Wood Road, Kings Hill

West Malling

ME19 4YT

Email

csgprocurement [at] csltd.org.uk

Telephone

+44 8081685808

Country

United Kingdom

Internet address