Contract notice

Information

Published

Date of dispatch of this notice: 28/05/2021

Expire date: 30/06/2021

External Reference: 2021-244125

TED Reference: 2021/S 105-276869

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Westmeath County Council
N/A
Áras An Chontae, Mountstreet, N91 FH4N
County Westmeath
Mullingar
IE
Contact person: Corrina Elder
Telephone: +353 449332074
NUTS code:  IE -  IRELAND
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=189788&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned 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

Public Lighting Maintenance, LED Retrofit, New Works and Associated Services
II.1.2)

Main CPV code

50232100  -  Street-lighting maintenance services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Maintenance of Public Lighting, LED Retrofit, Full Retrofit(including columns, lanterns and cabeling), Maintenance of Public Lighting & Zebra Crossings, Maintaining & Updating Councils, Associated Public Lighting Services including but not limited to the following; Deadsure Database, Monthly Night Time Patrols, Public Lighting Design, Public Lighting Upgrades, Maintenance of Public Lighting on ESB Network Poles, Structural Inspections, Electrical Inspections, Electrical Inspection of Estates prior to been Taken in Charge by the Council, Civil Works associated with the installation of columns, ducting and pillars. The full scope of services and obligations of the Contractor are to be ascertained by reference to the Contract Documents as a whole. Where funding for additional work becomes available, Westmeath County Council may increase the contract to include for larger scale public lighting upgrade works
II.1.5)

Estimated total value

Value excluding VAT: 4000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

31500000  -  Lighting equipment and electric lamps
31527260  -  Lighting systems
31530000  -  Parts of lamps and lighting equipment
34928500  -  Street-lighting equipment
34928510  -  Street-lighting columns
45316110  -  Installation of road lighting equipment
50232000  -  Maintenance services of public-lighting installations and traffic lights
50232110  -  Commissioning of public lighting installations
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Westmeath
II.2.4)

Description of the procurement

Maintenance of Public Lighting, LED Retrofit, Full Retrofit(including columns, lanterns and cabeling), Maintenance of Public Lighting & Zebra Crossings, Maintaining & Updating Councils, Associated Public Lighting Services including but not limited to the following; Deadsure Database, Monthly Night Time Patrols, Public Lighting Design, Public Lighting Upgrades, Maintenance of Public Lighting on ESB Network Poles, Structural Inspections, Electrical Inspections, Electrical Inspection of Estates prior to been Taken in Charge by the Council, Civil Works associated with the installation of columns, ducting and pillars. The full scope of services and obligations of the Contractor are to be ascertained by reference to the Contract Documents as a whole. Where funding for additional work becomes available, Westmeath County Council may increase the contract to include for larger scale public lighting upgrade works
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: 4000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: yes
Description of renewals:  
Up to 3No. Twelve month Renewals subject to satisfactory performance. Maximum total contract period 4 years.
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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Refer to Procurement Documents
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  30/06/2021
Local time:  12:00
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

Tender must be valid until:  28/01/2022
IV.2.7)

Conditions for opening of tenders

Date:  30/06/2021
Local time:  12:30

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

Engineers Ireland
22 Clyde Road
Dublin 2
IE