Contract notice
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
UK
Telephone: +44 8081685808
E-mail: csgprocurement@csltd.org.uk
NUTS: UK
Internet address(es)
Main address: https://www.commercialservices.org.uk/
I.2) 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:
https://www.delta-esourcing.com/tenders/UK-UK-West-Malling:-Street-lighting-equipment./SQV6343G74
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent 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
Supply of Street and External Lighting Solutions and Associated Service Y23044
Reference number: Y23044
II.1.2) Main CPV code
34928500
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:
200 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Street and External Lighting Solutions and Associated Services
II.2.2) Additional CPV code(s)
34928500
34928510
34928530
50232100
31000000
45316211
45316000
31523000
34992000
50532000
II.2.3) Place of performance
NUTS code:
UK
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
•Luminaires
•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;
•Commissioning
•Consultancy
•Design
•Disposal of existing hardware if applicable
•Installation
•Maintenance
•Project Management
•Testing
•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:
75 000 000.00
GBP
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.2.9) Information about the limits on the number of candidates to be invited
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.
Lot No: 2
II.2.1) Title
Street Lighting Lamp Posts, Columns and Bollards with built in Electric Vehicle Charge Points and Associated Services
II.2.2) Additional CPV code(s)
34928510
34928500
34928530
09332000
31000000
II.2.3) Place of performance
NUTS code:
UK
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;
•Commissioning
•Consultancy
•Design
•Disposal of existing hardware if applicable
•Installation
•Maintenance
•Project Management
•Testing
•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:
75 000 000.00
GBP
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.2.9) Information about the limits on the number of candidates to be invited
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.
Lot No: 3
II.2.1) Title
Professional Services
II.2.2) Additional CPV code(s)
71311000
71321000
71322000
79415200
II.2.3) Place of performance
NUTS code:
UK
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:
50 000 000.00
GBP
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.2.9) Information about the limits on the number of candidates to be invited
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 with several operators.
IV.1.8) Information about 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:
08/04/2025
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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:
08/04/2025
Local time: 14:15
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:
https://csg.delta-esourcing.com/tenders/UK-UK-West-Malling:-Street-lighting-equipment./SQV6343G74
To respond to this opportunity, please click here:
https://csg.delta-esourcing.com/respond/SQV6343G74
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
UK
Telephone: +44 8081685808
E-mail: csgprocurement@csltd.org.uk
Internet address(es)
URL: https://www.commercialservices.org.uk/
VI.4.2) Body responsible for mediation procedures
Commercial Services
1 Abbey Wood Road, Kings Hill
West Malling
ME19 4YT
UK
Telephone: +44 8081685808
E-mail: csgprocurement@csltd.org.uk
Internet address(es)
URL: https://www.commercialservices.org.uk/
VI.5) Date of dispatch of this notice
19/02/2025