Skip to main content.

Commercial Services: Supply of Street and External Lighting Solutions and Associated Service Y23044

  Commercial Services is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Supply of Street and External Lighting Solutions and Associated Service Y23044
Notice type: Contract Notice
Authority: Commercial Services
Nature of contract: Supplies
Procedure: Open
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
Published: 19/02/2025 09:22
This opportunity is currently OPEN. To respond to the opportunity, please click Register Interest and follow the on-screen instructions.

View Full Notice

UK-West Malling: Street-lighting equipment.
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, United Kingdom
             Tel. +44 8081685808, Email: csgprocurement@csltd.org.uk
             Main Address: https://www.commercialservices.org.uk/
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: Yes.
      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       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      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       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Street and External Lighting Solutions and Associated Services       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      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:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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       
      Currency: 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       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      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 Lot No. 2
      
      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 codes:
      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:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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       
      Currency: 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       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      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 Lot No. 3
      
      II.2.1) Title: Professional Services       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      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:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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       
      Currency: 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       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      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 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:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions          
      Not Provided          
      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: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   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       
         Envisaged maximum number of participants to the framework agreement:
Not Provided           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 08/04/2025 Time: 14:00
            
      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:
         Duration in month(s): 48
      
      IV.2.7) Conditions for opening of tenders:
         Date: 08/04/2025
         Time: 14:15
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used 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
   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, United Kingdom
       Tel. +44 8081685808, Email: csgprocurement@csltd.org.uk
       Internet address: 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, United Kingdom
          Tel. +44 8081685808, Email: csgprocurement@csltd.org.uk
          Internet address: https://www.commercialservices.org.uk/
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 19/02/2025

Annex A


View any Notice Addenda

UK-West Malling: Street-lighting equipment.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Kent County Council (t/a Procurement Services)
       1 Abbey Wood Road, Kings Hill, West Malling, ME19 4YT, United Kingdom
       Tel. +44 8081685808, Email: csgprocurement@csltd.org.uk
       Main Address: https://www.commercialservices.org.uk/
       NUTS Code: UK

Section II: Object (as stated in the original notice)

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

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 01/04/2025

VI.6) Original notice reference:

   Notice Reference:    2025 - 747163   
   Notice number in OJ S:    2025/S 000 - 747163
   Date of dispatch of the original notice: 19/02/2025

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                                    
         Section Number: IV.2.2          
         Place of text to be modified: Time limit for receipt of tenders or requests to participate          
         Instead of:
         Date: 08/04/2025         
         Local Time: 14:00          
         Read:
         Date: 22/04/2025         
         Local Time: 14:00                   
   
VII.2) Other additional information: Time limit for receipt of tenders or requests to participate has been extended by 2 (two) weeks from the 8th April 2025 to the 22nd April 2025.
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


View Award Notice