Award

Street Lighting Installation, Renewal and Maintenance

RENFREWSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Summary of the contracting process

Renfrewshire Council is currently engaged in a public procurement process for a contract titled "Street Lighting Installation, Renewal and Maintenance." This contract is classified under the services category and is located in Paisley, Renfrewshire, UK. The procurement is at the award stage, having been signed on 20 December 2019, with an active contract value of £181,302. Interested parties were invited to submit their bids electronically by the deadline of 5 December 2019. This contract falls under an open procurement method and requires suppliers to provide various additional resources for the Council's street lighting team to support maintenance and replacement activities.

This tender presents significant opportunities for businesses, particularly those specialised in electrical engineering, street lighting, and maintenance services. Small and medium-sized enterprises (SMEs) with a proven track record in project execution and an understanding of part 2 service provisions will be well-suited to compete. Furthermore, companies must demonstrate compliance with specific financial and technical criteria, indicating a preference for established firms capable of managing substantial contracts and committed to community benefits as part of their service offering.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Street Lighting Installation, Renewal and Maintenance

Notice Description

Renfrewshire Council has awarded a contract to a Contractor to provide additional resource to its street lighting team in order to support the Council in undertaking planned, cyclic and reactive maintenance, as well as the replacement of street lighting apparatus All services required under the contract are part 2 services and will be instructed by means of a Task Order. There is no requirement for part 1 services.

Lot Information

Lot 1

Renfrewshire Council has awarded a contract to a Contractor to provide additional resource to its street lighting team in order to support the Council in undertaking planned, cyclic and reactive maintenance, as well as the replacement of street lighting apparatus All services required under the contract are part 2 services and will be instructed by means of a Task Order. There is no requirement for part 1 services.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000604829
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN376562
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
PCS Notice - Website Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services


CPV Codes

50000000 - Repair and maintenance services

50232100 - Street-lighting maintenance services

Notice Value(s)

Tender Value
£181,301 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£181,302 £100K-£500K

Notice Dates

Publication Date
8 Jan 20206 years ago
Submission Deadline
5 Dec 2019Expired
Future Notice Date
Not specified
Award Date
20 Dec 20196 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
RENFREWSHIRE COUNCIL
Contact Name
Kevin Milliken
Contact Email
kevin.milliken@renfrewshire.gov.uk, suzanne.gibb@renfrewshire.gov.uk
Contact Phone
+44 01416187858, +44 3003000300

Buyer Location

Locality
PAISLEY
Postcode
PA1 1JB
Post Town
Paisley
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
Delivery Location
TLM83 Inverclyde, East Renfrewshire, and Renfrewshire

Local Authority
Renfrewshire
Electoral Ward
Paisley East and Central
Westminster Constituency
Paisley and Renfrewshire South

Supplier Information

Number of Suppliers
1
Supplier Name

CENTREGREAT

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV372808
    Street Lighting Installation, Renewal and Maintenance - Renfrewshire Council requires a Contractor to provide additional resource to its street lighting team in order to support the Council in undertaking planned, cyclic and reactive maintenance, as well as the replacement of street lighting apparatus All services required under the contract are part 2 services and will be instructed by means of a Task Order. There is no requirement for part 1 services.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN376562
    Street Lighting Installation, Renewal and Maintenance - Renfrewshire Council has awarded a contract to a Contractor to provide additional resource to its street lighting team in order to support the Council in undertaking planned, cyclic and reactive maintenance, as well as the replacement of street lighting apparatus All services required under the contract are part 2 services and will be instructed by means of a Task Order. There is no requirement for part 1 services.

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-r6ebe6-0000604829-2020-01-08T00:00:00Z",
    "date": "2020-01-08T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000604829",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-42",
            "name": "Renfrewshire Council",
            "identifier": {
                "legalName": "Renfrewshire Council"
            },
            "address": {
                "streetAddress": "Renfrewshire House, Cotton Street",
                "locality": "Paisley",
                "region": "UKM83",
                "postalCode": "PA1 1JB"
            },
            "contactPoint": {
                "name": "Kevin Milliken",
                "email": "kevin.milliken@renfrewshire.gov.uk",
                "telephone": "+44 01416187858",
                "url": "https://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.renfrewshire.gov.uk"
            }
        },
        {
            "id": "org-55",
            "name": "See VI.4.3 below",
            "identifier": {
                "legalName": "See VI.4.3 below"
            },
            "address": {
                "locality": "See VI.4.3 below"
            },
            "contactPoint": {
                "url": "http://www.renfrewshire.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-109",
            "name": "Renfrewshire Council",
            "identifier": {
                "legalName": "Renfrewshire Council"
            },
            "address": {
                "streetAddress": "Renfrewshire House, Cotton Street",
                "locality": "Paisley",
                "region": "UKM83",
                "postalCode": "PA1 1JB"
            },
            "contactPoint": {
                "email": "suzanne.gibb@renfrewshire.gov.uk",
                "telephone": "+44 3003000300",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "05",
                        "description": "Environmental protection",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.renfrewshire.gov.uk"
            }
        },
        {
            "id": "org-339",
            "name": "Centregreat Ltd",
            "identifier": {
                "legalName": "Centregreat Ltd"
            },
            "address": {
                "streetAddress": "2 Callander Rd",
                "locality": "Ayr",
                "region": "UK",
                "postalCode": "KA8 9AF"
            },
            "contactPoint": {
                "telephone": "+44 7775850556",
                "faxNumber": "+44 1292265116"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-111",
            "name": "See VI.4.3 below",
            "identifier": {
                "legalName": "See VI.4.3 below"
            },
            "address": {
                "locality": "See VI.4.3 below"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Renfrewshire Council",
        "id": "org-109"
    },
    "tender": {
        "id": "RC-CPU-19-218",
        "title": "Street Lighting Installation, Renewal and Maintenance",
        "description": "Renfrewshire Council has awarded a contract to a Contractor to provide additional resource to its street lighting team in order to support the Council in undertaking planned, cyclic and reactive maintenance, as well as the replacement of street lighting apparatus All services required under the contract are part 2 services and will be instructed by means of a Task Order. There is no requirement for part 1 services.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "50232100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Renfrewshire"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    },
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 181301,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "tenderPeriod": {
            "endDate": "2019-12-05T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2019-12-05T12:00:00Z"
        },
        "documents": [
            {
                "id": "NOV372808",
                "documentType": "contractNotice",
                "title": "Street Lighting Installation, Renewal and Maintenance",
                "description": "Renfrewshire Council requires a Contractor to provide additional resource to its street lighting team in order to support the Council in undertaking planned, cyclic and reactive maintenance, as well as the replacement of street lighting apparatus All services required under the contract are part 2 services and will be instructed by means of a Task Order. There is no requirement for part 1 services.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV372808",
                "format": "text/html"
            },
            {
                "id": "JAN376562",
                "documentType": "awardNotice",
                "title": "Street Lighting Installation, Renewal and Maintenance",
                "description": "Renfrewshire Council has awarded a contract to a Contractor to provide additional resource to its street lighting team in order to support the Council in undertaking planned, cyclic and reactive maintenance, as well as the replacement of street lighting apparatus All services required under the contract are part 2 services and will be instructed by means of a Task Order. There is no requirement for part 1 services.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN376562",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Renfrewshire Council has awarded a contract to a Contractor to provide additional resource to its street lighting team in order to support the Council in undertaking planned, cyclic and reactive maintenance, as well as the replacement of street lighting apparatus All services required under the contract are part 2 services and will be instructed by means of a Task Order. There is no requirement for part 1 services.",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2019-12-05T12:00:00Z",
            "address": {
                "streetAddress": "Renfrewshire Council, Renfrewshire House, Cotton Street, Paisley."
            },
            "description": "Tenders will be opened in accordance with the Councils Standing Orders."
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016. Statement for 4A.1: If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established. Statement for 4A.2: Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships."
                },
                {
                    "type": "economic",
                    "description": "Please refer to these statements when completing section 4B of the ESPD (Scotland): Statement for 4B.1.1: Bidders will be required to have a minimum \"general\" yearly turnover of 360,000 GBP for the last 2 years. Statement for 4B.3: Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading. Statement for 4B.5.1 and 4B.5.2: It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: http://www.hse.gov.uk/pubns/hse40.pdf Statement for 4B.6: The Council will use Dun and Bradstreet (D&B) to assist in its determination of the organisations financial status and risk. It is recommended that Tenderers review their own D&B Failure Score in advance of submitting their Tender Submission. If, following this review, Tenderers consider that the D&B Failure Score does not reflect their current financial status, the Tenderer should attach a document to this section giving a detailed explanation, together with any relevant supporting independent evidence. The Council will review any such information as part of the evaluation of Tenderer's financial status. Where the Tenderer is under no obligation to publish accounts and therefore does not have a D&B Failure Score or equivalent rating, they must provide their audited financial accounts for the previous 2 years as part of their Tender Submission in order that the Council may assess these to determine the suitability of the Tenderer to undertake a contract or contracts of this size. Where a consortium bid is received, the D&B Failure Score of each consortium member shall be assessed. Where the Tenderer is a subsidiary of a group but is applying as a separate legal entity and fails to meet the minimum financial turnover requirements or minimum D&B Failure Score (or equivalent) as a company, in order to progress to stage two of the evaluation they must provide as part of their tender submission, written confirmation from an authorised signatory of the parent company, that either a parent company guarantee will be provided within two weeks of request. The parent company must meet the minimum financial requirements as assessed by the Council. The parent company guarantee will be in the form provided in the Tender Documentation.",
                    "minimum": "For 4B.5.2: Employer's (Compulsory) Liability Insurance = 5,000,000 GBP each and every claim Public and Products Liability Insurance = 5,000,000 GBP each and every claim Statutory third party motor vehicle cover to be evidenced by way of a valid Motor Vehicle certificate in the company name and evidence that cover is unlimited in respect of death or injury and a minimum 5,000,000 GBP for property damage. http://www.hse.gov.uk/pubns/hse40.pdf For 4B.6: Tenderers must achieve a D&B failure score of 20 or above to pass this section. The Council may undertake supplementary investigations to establish if the D&B failure score is a reflection of the current financial stability of the Tenderer; the outcome of such investigations will influence if a Tenderer is deemed to meet the minimum requirements to pass this bid selection stage in terms of their financial stability for the purposes of this contract. The Tenderer will be notified if supplementary investigations into the financial stability are being undertaken. Where the Tenderer intends to sub-contract more than 25% of any Contract value to a single sub-contractor, the Tenderer must provide a D&B comprehensive report on the sub-contractor. The Council reserves the right to request one copy of all sub-contractors last 2 financial years' audited accounts and details of significant changes since the last financial year end. The Council also reserves the right to reject the use of sub-contractors in relation to the Contract where they fail to meet the Council's minimum financial criteria"
                },
                {
                    "type": "technical",
                    "description": "Please refer to these statements when completing section 4C of the ESPD (Scotland): Statement for 4C.1.2: Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. Statement for 4C.6: Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: Statement for 4C.6.1: And: Bidders will be required to confirm that their managerial staff have the following relevant educational and professional qualifications: Statement for 4C.8.1: Bidders will be required to confirm their average annual manpower for the last three years. Statement for 4C.8.2: Bidders will be required to confirm their and the number of managerial staff for the last three years. Statement for 4C.9 Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice. Statement for 4C.10: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Please refer to these statements when completing section 4D of the ESPD (Scotland): Bidders will be required to confirm that they hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) OR have a documented policy regarding quality management which must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. Bidders will be required to confirm that they hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation (NOTE - Organisations with fewer than five employees are not required by law to have a documented policy statement). Bidders will be required to confirm that they hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate OR have a regularly reviewed documented policy regarding environmental management authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder's environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).",
                    "minimum": "For 4C.6: The Contractor's staff attending site shall be apprentice trained or shall hold, as a minimum, ERG39 qualification in the appropriate discipline. The Contractor's staff undertaking inspection and testing of the electrical installations shall be a skilled person (as defined in BS7674+A3 2015) with appropriate formal qualifications. Suitable qualifications are: -City and Guilds 2382-12 or 2382-15 18th Edition Certificate or alternatively the NICEIC or EAL equivalent; and -City and Guilds 2395-01 or 2391-01 Inspection and Testing Certificate or alternatively the NICEIC or EAL equivalent; or -City and Guilds 2394-01 Initial Verification and Certification of Electrical Installation (as applicable). They shall also hold, or be working towards, a Level 3 Inspection and Testing qualification. Inspectors working towards an inspection and testing qualification shall be supervised by a skilled person with Inspection and Test qualifications. For 4C.6.1: Bidders will be required to confirm that their managerial staff have the following relevant educational and professional qualifications: - That the Contract Manager shall be qualified in electrical installation and have a minimum of 5 years relevant management/supervisory experience in an electrical engineering/maintenance/installation organisation preferably in the street lighting field"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2020-05-01T00:00:00Z"
            }
        },
        "classification": {
            "id": "50000000",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "(SC Ref:609870)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000604829"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000604829"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "RC-CPU-19-218",
            "suppliers": [
                {
                    "id": "org-339",
                    "name": "Centregreat Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "RC-CPU-19-218",
            "awardID": "RC-CPU-19-218",
            "status": "active",
            "value": {
                "amount": 181302,
                "currency": "GBP"
            },
            "dateSigned": "2019-12-20T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "864",
                "measure": "bids",
                "value": 1,
                "relatedLot": "1"
            }
        ]
    }
}