Notice Information
Notice Title
Lighting Network Renewal Works
Notice Description
Glasgow City Council invites tender bids for the provision of works to undertake a Lighting Network Renewal which will include column, luminaire replacement as well as associated underground and overhead ancillary works
Lot Information
Lot 1
Glasgow City Council invites tender bids for the provision of works to undertake a Lighting Network Renewal which will include column, luminaire replacement as well as associated underground and overhead ancillary works. Additional information: Please refer to ITT for full details of tender
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-065bcd
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/016800-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45000000 - Construction work
45316110 - Installation of road lighting equipment
Notice Value(s)
- Tender Value
- £13,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 25 Feb 20262 weeks ago
- Submission Deadline
- 27 Mar 20262 weeks to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW CITY COUNCIL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- GLASGOW
- Postcode
- G2 1DU
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM82 Glasgow City
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow North East
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-065bcd-2026-02-25T11:29:58Z",
"date": "2026-02-25T11:29:58Z",
"ocid": "ocds-h6vhtk-065bcd",
"description": "Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. Bidders must hold certificates for Quality Assurance, Health and Safety and Environmental Management Standards or comply with all questions noted in SPD Section 4D. Health & Safety - bidders must complete and return the H&S questionnaire found in the Buyers Attachments area of the tender portal. Freedom of Information Act - Information on the FOI Act is contained in Appendix A of the ITT. Tenderers must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI certificate contained in the Technical Envelope within the PCS Tender portal (NB the council does not bind itself to withhold this information). Tenderers Amendments - bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Bidders will be required to complete the tenderers amendment certificate that is contained within the Technical Envelope within PCS Tender portal. Prompt Payment - the successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum, invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its sub-contractors in respect of payments due to any sub-sub-contractors, if any. Tenderers will be required to complete the prompt payment certificate contained in the Technical Envelope within PCS Tender portal. Non-Collusion - Tenderers will be required to complete the Non-Collusion certificate contained in the Technical Envelope within the PCS Tender portal. Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, contained in the Technical Envelope within the PCS Tender portal authorising the Council to request copies of insurance documents from the supplier's insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from suppliers at any point during the contract period. Terms and Conditions are located within the buyers attachments area within the PCS Tender portal. Additional information pertaining to this contract notice is contained within the Invitation to Tender documentation, situated within the buyers attachments area of PCS-T. Tenderers must ensure they read these documents in line with this contract notice. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 62888. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Community Benefits has been included as a mandatory requirement. Minimum Community Benefit Points (CBP) Required - 960 (SC Ref:824090)",
"initiationType": "tender",
"tender": {
"id": "GCC006393CPU",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Lighting Network Renewal Works",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45316110",
"description": "Installation of road lighting equipment"
},
"mainProcurementCategory": "works",
"description": "Glasgow City Council invites tender bids for the provision of works to undertake a Lighting Network Renewal which will include column, luminaire replacement as well as associated underground and overhead ancillary works",
"value": {
"amount": 13000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Glasgow City Council invites tender bids for the provision of works to undertake a Lighting Network Renewal which will include column, luminaire replacement as well as associated underground and overhead ancillary works. Additional information: Please refer to ITT for full details of tender",
"awardCriteria": {
"criteria": [
{
"name": "Fair Work First",
"type": "quality",
"description": "5"
},
{
"name": "Policies & Procedures",
"type": "quality",
"description": "20"
},
{
"name": "Quality Control Procedures",
"type": "quality",
"description": "20"
},
{
"name": "presentation",
"type": "quality",
"description": "25"
},
{
"type": "price",
"description": "30"
}
]
},
"contractPeriod": {
"durationInDays": 900
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "As per invitation to tender document",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "As per invitation to tender document",
"minimum": "As per invitation to tender document",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Bidders are required to provide three case studies giving examples of works carried out in the past ten years that demonstrate they have the relevant experience of delivering works similar in size, scope and scale to that described in section ii.2.4 of the Contract Notice and in the Note below. The Council requires Bidders to demonstrate in their case studies the following: Issues encountered in a similar project, details of the specific issues and how you managed the these How this was brought to the Client's attention What discussions were held with the Client What mitigation was put into place to resolve issue (s). At least two of the case studies noted above should be works delivered for public authorities.",
"minimum": "Bidders MUST score no less than 60% of the marks available for the questions above based upon the scoring guidance shown in the ITT.",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "As per invitation to tender document"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2026-03-27T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2026-03-27T12:00:00Z"
},
"bidOpening": {
"date": "2026-03-27T12:00:00Z"
},
"hasRecurrence": false,
"reviewDetails": "Glasgow City Council (\"the Council\") must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (\"the Regulations\"). The Council is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the Council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of; or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic Operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so."
},
"parties": [
{
"id": "GB-FTS-73933",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "40 John St, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Kim Mackenzie",
"telephone": "+44 1412876426",
"email": "kim.mackenzie@ced.glasgow.gov.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.glasgow.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196",
"classifications": [
{
"id": "REGIONAL_AUTHORITY",
"scheme": "TED_CA_TYPE",
"description": "Regional or local authority"
},
{
"id": "01",
"scheme": "COFOG",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-964",
"name": "Glasgow Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "PO BOX 23 1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9DA",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-73933",
"name": "Glasgow City Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000824090"
}
],
"language": "en"
}