Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

VEAT

Contract Extension-Street Lighting Term Service Contract

  • First published: 05 April 2024
  • Last modified: 05 April 2024
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-044fa8
Published by:
London Borough of Hillingdon
Authority ID:
AA0121
Publication date:
05 April 2024
Deadline date:
-
Notice type:
VEAT
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The London Borough of Hillingdon (the Authority) intends to enter into a deed of contract extension with J McCann & Co Limited in relation to a Streetlighting Term Service Contract for street lighting routine maintenance, inspection, maintenance and testing of street lighting and traffic signs and bollard and traffic sign cleaning, (the Underlying Contract). The Underlying Contracts were originally procured under OJEU Contract Notice 2016/S 122-218733, published on 22 June 2016.

Full notice text

Voluntary ex ante transparency notice

Directive 2014/24/EU

Section I: Contracting entity

I.1) Name and addresses

London Borough of Hillingdon

London

Hillingdon

London

UK

Contact person: Allison Mayo

E-mail: AMayo@hillingdon.gov.uk

NUTS: UKI74

Internet address(es)

Main address: www.hillingdon.gov.uk

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

Contract Extension-Street Lighting Term Service Contract

II.1.2) Main CPV code

45316110

 

II.1.3) Type of contract

Works

II.1.4) Short description

The London Borough of Hillingdon (the Authority) intends to enter into a deed of contract extension with J McCann & Co Limited in relation to a Streetlighting Term Service Contract for street lighting routine maintenance, inspection, maintenance and testing of street lighting and traffic signs and bollard and traffic sign cleaning, (the Underlying Contract). The Underlying Contracts were originally procured under OJEU Contract Notice 2016/S 122-218733, published on 22 June 2016.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 6 500 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

31500000

31520000

31530000

31532400

34928510

34928520

34928530

45316110

50232110

II.2.3) Place of performance

NUTS code:

UKI74

II.2.4) Description of the procurement

The Authority appointed the Contractor to provide street lighting maintenance services pursuant to the Street Lighting Term Service Contract

The Authority intends to enter a deed of contract extension with the Contractor to extend the Street Lighting Term Service Contracts, the effect of which will be the following:

• Capital investment works- Column Replacement Programme and Structural testing of street lighting columns

• Term service works including:

• Routine maintenance, inspection, maintenance and testing of street lighting and traffic signs, bollard, and traffic sign cleaning;

• Non-routine maintenance of street lighting and traffic signs to include emergency call outs and on-going fault repairs

• Night scouting;

• 24-hour emergency call out facility

• Management of fault reports, complaints and Member enquiries.

• Task order works as instructed on an ad-hoc basis based on a tendered Schedule of Rates, covering:

• Street lighting design for town centre improvement schemes

• Column painting programme (to reduce year on year following the installation of non-painted galvanised steel columns).

• To extend the expiry date to 31 March 2026

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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Award of a contract without prior publication of a call for competition

Justification for selected award procedure:

The procurement falls outside the scope of application of the Directive

Explanation:

This VTN gives notice that the Authority is entering into a deed of extension (the "Contract") to extend the duration of the existing street lighting term service contract between the Authority and the Contractor.

The extension does not seek to introduce new requirements, amendments to the commercial terms or the intended scope of works to be provided under the Term Service Contract and are to be delivered in the same geographical location as the current contract. This will continue as currently drafted (NEC 3 Term Service Contract (June 2005) (with amendments April 2013).

A procurement procedure is not necessary on the basis that the award of the Contract is permitted pursuant to Regulation 72 (1) (e) and 72(8) of the Public Contracts Regulations 2015.The Contract will have the effect of modifying the Underlying Contracts in accordance with Regulation 72 of the Public Contract Regulations 2015.

The Underlying Contract concern the provision of a range of street lighting maintenance services ,management and related services, by the Contractor, in relation to the Authority’s street lighting network.

Namely, the proposed modification is not substantial within the meaning of Regulation 72 (1) (e) and on the basis that:

1. the modification does not render the Underlying Contract materially different in character – the works to be delivered are limited in nature to those already delivered, in the same geographical location and on identical commercial terms to those of that under the Underlying Contract and do not seek to introduce new requirements or amendments to the commercial terms.

2. the modification is for a limited period and is intended to facilitate the re-procurement of opportunities as a whole.

3. the Council has satisfied itself that the modification does not introduce conditions which would have (a) allowed for the admission of other candidates, (b) allowed for the acceptance of another tender, or (c) attracted additional participants in the procurement procedure – The Authority has satisfied that, had the Contract been originally advertised to take account of the extension, it is unlikely that this would have changed the outcome of the procurement or resulted in a different cohort of tenderers.

4. the modification does not change the economic balance in favour of the contractor in a manner which was not provided for in the contract – The Authority has satisfied itself that the proposed pricing is on market terms and has been benchmarked this against market knowledge of similar contracts/pricing models and therefore remains reflective of market costs and does not amount to an over-compensation of the services to be provided.

5. The modification extends the scope of the contract considerably – the Authority has satisfied itself that the modification does not extend the scope of the contract considerably as the extension is limited in duration to facilitate the re-procurement process and the specification and commercial terms remain unamended.

6. As per our comments at 1 above, the modification does not extend the scope of the contract. For the reasons set out above, the proposed modification does not constitute a substantial modification and is permitted by Regulation 72 (1) (e) of the Public Contracts Regulations 2015.

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

The procurement is covered by the Government Procurement Agreement: No

Section V: Award of contract/concession

V.2 Award of contract/concession

V.2.1) Date of conclusion of the contract/concession

03/10/2016

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

J McCann & Co Limited

McCann House, 110 Nottingham Road, Chilwell

Nottingham

NG9 6DQ

UK

NUTS: UKF14

The contractor is an SME: No

V.2.4) Information on value of the concession and main financing terms (excluding VAT)

Total value of the concession/lot: 6 500 000.00  GBP

V.2.5) Information about subcontracting

The contract/concession is likely to be subcontracted

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

London

UK

VI.4.2) Body responsible for mediation procedures

High Court of England and Wales

London

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Contracting Authority will conduct itself in accordance with the Public Contracts Regulations 2015.

VI.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

London

UK

VI.5) Date of dispatch of this notice

04/04/2024

Coding

Commodity categories

ID Title Parent category
50232110 Commissioning of public lighting installations Maintenance services of public-lighting installations and traffic lights
45316110 Installation of road lighting equipment Installation work of illumination and signalling systems
34928520 Lampposts Road furniture
31520000 Lamps and light fittings Lighting equipment and electric lamps
31532400 Lamps sockets Parts of lamps and light fittings
31500000 Lighting equipment and electric lamps Electrical machinery, apparatus, equipment and consumables; lighting
31530000 Parts of lamps and lighting equipment Lighting equipment and electric lamps
34928530 Street lamps Road furniture
34928510 Street-lighting columns Road furniture

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
AMayo@hillingdon.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.