Award

Lighting Column Replacement 2022/23

INVERCLYDE COUNCIL

This public procurement record has 2 releases in its history.

Summary of the contracting process

The Inverclyde Council has awarded a contract for the Lighting Column Replacement 2022/23 project. The procurement process was completed on 1st November 2022. The project involves the replacement of lighting columns across the Inverclyde Council Road network. The procurement stage was an open procedure, with Lightways (Contractors) Limited being the awarded supplier. The contract value is £227,266.99 GBP.

This tender for the Lighting Column Replacement project by Inverclyde Council presents a business growth opportunity for companies in the works industry. Small and medium-sized enterprises (SMEs) specialising in construction, electrical works, and infrastructure development would be well-suited to compete in this tender. The project offers a chance for businesses to participate in a significant public infrastructure initiative and gain valuable experience working with a local government authority.

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

Notice Title

Lighting Column Replacement 2022/23

Notice Description

Inverclyde Council require works to be carried out on the Inverclyde Council Road network at various locations; the works are as follows:- - Erection of Employer supplied new lighting columns; - Erection of Employer supplied new lanterns to columns; - Removal of existing life expired columns, lanterns, and associated electrical infrastructure and disposal to tip off-site; - Return of newer LED Luminaires to store of not required - All electrical connections and disconnections associated with the above, including DNO works, electrical testing and certification. - Excavation and reinstatement of carriageways, footways, and footpaths.

Lot Information

Lot 1

Inverclyde Council require works to be carried out on the Inverclyde Council Road network at various locations; the works are as follows:- - Erection of Employer supplied new lighting columns; - Erection of Employer supplied new lanterns to columns; - Removal of existing life expired columns, lanterns, and associated electrical infrastructure and disposal to tip off-site; - Return of newer LED Luminaires to store of not required - All electrical connections and disconnections associated with the above, including DNO works, electrical testing and certification. - Excavation and reinstatement of carriageways, footways, and footpaths.. 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.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000705217
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV464017
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

45 - Construction work


CPV Codes

34928510 - Street-lighting columns

45316110 - Installation of road lighting equipment

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£227,266 £100K-£500K

Notice Dates

Publication Date
11 Nov 20223 years ago
Submission Deadline
6 Oct 2022Expired
Future Notice Date
Not specified
Award Date
1 Nov 20223 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
INVERCLYDE 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
GREENOCK
Postcode
PA15 1LX
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
Inverclyde
Electoral Ward
Inverclyde North
Westminster Constituency
Inverclyde and Renfrewshire West

Supplier Information

Number of Suppliers
1
Supplier Name

LIGHTWAYS (CONTRACTORS

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP458586
    Lighting Column Replacement 2022/23 - Inverclyde Council require works to be carried out on the Inverclyde Council Road network at various locations; the works are as follows:- - Erection of Contractor supplied new lighting columns; - Erection of Employer supplied new lanterns to columns (new lanterns to be uplifted from Council Yard); - Removal of existing life expired columns, lanterns, and associated electrical infrastructure and disposal off-site; - Transfer of existing LED luminaires from most existing columns to new columns, Post Mount stub brackets will be supplied as required by client - Rewiring of existing luminaires where new columns are higher - All electrical connections, transfers and disconnections associated with the above, including all ICP/DNO works, electrical testing and certification. - Excavation and reinstatement of carriageways, footways, and footpaths.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV464017
    Lighting Column Replacement 2022/23 - Inverclyde Council require works to be carried out on the Inverclyde Council Road network at various locations; the works are as follows:- - Erection of Employer supplied new lighting columns; - Erection of Employer supplied new lanterns to columns; - Removal of existing life expired columns, lanterns, and associated electrical infrastructure and disposal to tip off-site; - Return of newer LED Luminaires to store of not required - All electrical connections and disconnections associated with the above, including DNO works, electrical testing and certification. - Excavation and reinstatement of carriageways, footways, and footpaths.

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-r6ebe6-0000705217-2022-11-11T00:00:00Z",
    "date": "2022-11-11T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000705217",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-139",
            "name": "Inverclyde Council",
            "identifier": {
                "legalName": "Inverclyde Council"
            },
            "address": {
                "streetAddress": "Procurement, Municipal Buildings, Clyde Square",
                "locality": "Greenock",
                "region": "UKM83",
                "postalCode": "PA15 1LX"
            },
            "contactPoint": {
                "email": "corporate.procurement@inverclyde.gov.uk",
                "telephone": "+44 1475712634",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.inverclyde.gov.uk"
            }
        },
        {
            "id": "org-140",
            "name": "Greenock Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Greenock Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House,1 Nelson Street,",
                "locality": "Greenock",
                "postalCode": "PA15 1TR"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-497",
            "name": "Inverclyde Council",
            "identifier": {
                "legalName": "Inverclyde Council"
            },
            "address": {
                "streetAddress": "Procurement, Municipal Buildings, Clyde Square",
                "locality": "Greenock",
                "region": "UKM83",
                "postalCode": "PA15 1LX"
            },
            "contactPoint": {
                "email": "corporate.procurement@inverclyde.gov.uk",
                "telephone": "+44 1475712634",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.inverclyde.gov.uk"
            }
        },
        {
            "id": "org-498",
            "name": "Lightways (Contractors) Limited",
            "identifier": {
                "legalName": "Lightways (Contractors) Limited"
            },
            "address": {
                "streetAddress": "Unit 6 , Lochlands Industrial Estate",
                "locality": "Falkirk",
                "region": "UKM76",
                "postalCode": "FK53NS"
            },
            "contactPoint": {
                "telephone": "+44 1324553025"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-499",
            "name": "Greenock Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Greenock Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House,1 Nelson Street,",
                "locality": "Greenock",
                "postalCode": "PA15 1TR"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Inverclyde Council",
        "id": "org-497"
    },
    "tender": {
        "id": "CP0477/ENV",
        "title": "Lighting Column Replacement 2022/23",
        "description": "Inverclyde Council require works to be carried out on the Inverclyde Council Road network at various locations; the works are as follows:- - Erection of Employer supplied new lighting columns; - Erection of Employer supplied new lanterns to columns; - Removal of existing life expired columns, lanterns, and associated electrical infrastructure and disposal to tip off-site; - Return of newer LED Luminaires to store of not required - All electrical connections and disconnections associated with the above, including DNO works, electrical testing and certification. - Excavation and reinstatement of carriageways, footways, and footpaths.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "34928510",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Inverclyde"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    },
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "tenderPeriod": {
            "endDate": "2022-10-06T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2022-10-06T12:00:00Z"
        },
        "documents": [
            {
                "id": "SEP458586",
                "documentType": "contractNotice",
                "title": "Lighting Column Replacement 2022/23",
                "description": "Inverclyde Council require works to be carried out on the Inverclyde Council Road network at various locations; the works are as follows:- - Erection of Contractor supplied new lighting columns; - Erection of Employer supplied new lanterns to columns (new lanterns to be uplifted from Council Yard); - Removal of existing life expired columns, lanterns, and associated electrical infrastructure and disposal off-site; - Transfer of existing LED luminaires from most existing columns to new columns, Post Mount stub brackets will be supplied as required by client - Rewiring of existing luminaires where new columns are higher - All electrical connections, transfers and disconnections associated with the above, including all ICP/DNO works, electrical testing and certification. - Excavation and reinstatement of carriageways, footways, and footpaths.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP458586",
                "format": "text/html"
            },
            {
                "id": "NOV464017",
                "documentType": "awardNotice",
                "title": "Lighting Column Replacement 2022/23",
                "description": "Inverclyde Council require works to be carried out on the Inverclyde Council Road network at various locations; the works are as follows:- - Erection of Employer supplied new lighting columns; - Erection of Employer supplied new lanterns to columns; - Removal of existing life expired columns, lanterns, and associated electrical infrastructure and disposal to tip off-site; - Return of newer LED Luminaires to store of not required - All electrical connections and disconnections associated with the above, including DNO works, electrical testing and certification. - Excavation and reinstatement of carriageways, footways, and footpaths.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV464017",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Inverclyde Council require works to be carried out on the Inverclyde Council Road network at various locations; the works are as follows:- - Erection of Employer supplied new lighting columns; - Erection of Employer supplied new lanterns to columns; - Removal of existing life expired columns, lanterns, and associated electrical infrastructure and disposal to tip off-site; - Return of newer LED Luminaires to store of not required - All electrical connections and disconnections associated with the above, including DNO works, electrical testing and certification. - Excavation and reinstatement of carriageways, footways, and footpaths.. 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.",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 180
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2022-10-06T12:00:00Z",
            "description": "Tenders will be opened remotely using the PCS-T Opening Committee feature."
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "4B.5.1a/4B.5.1b/4B.5.2 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 5M GBP Public Liability Insurance = 5M GBP Contractor's Contract Work Insurance = 5M GBP 4B.6 Inverclyde Council will check the financial status of applicants by means of a Dun and Bradstreet assessment. In order to be considered, applicants must achieve the following: Where the tenderers Dun & Bradstreet risk indicator must be 3 or better, the annual contract value should also be less than 50% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 24 months of the date of the financial check). PLEASE NOTE THE IMPORTANT GUIDANCE TO BIDDERS BELOW: APPLICANTS ARE STRONGLY ADVISED TO SATISFY THEMSELVES THAT THEY MEET THESE CRITERIA AS FAILURE OF THE FINANCIAL CHECK WILL MEAN THAT THEIR APPLICATION WILL NOT BE CONSIDERED FURTHER. APPLICANTS SHOULD ALSO SATISFY THEMSELVES THAT THEIR DUN AND BRADSTREET RATINGS ARE CORRECT AND IT IS THE APPLICANT'S RESPONSIBILITY TO RAISE ANY QUERIES WITH DUN AND BRADSTREET IF THEY FEEL A CORRECTION IS REQUIRED. THE COUNCIL WILL RELY ON THE RISK RATING IT OBTAINS AT THE TIME IT PERFORMS THE D&B FINANCIAL CHECK. You must provide your average yearly turnover for the last 2 years. Turnover must be provided from your audited accounts. Turnover from unaudited accounts or part year turnover will not be accepted. If you are unable to provide the turnover information required due to being exempt from submission of full audited accounts, please provide an explanation on why you are exempt in response to this question. If you have responded that you are exempt from submitting full audited accounts, please confirm that you will be prepared to submit alternative information and documentation on your financial position should this be required at any point. This information could be at required at selection or in the event that the bidder is identified as the preferred bidder."
                },
                {
                    "type": "technical",
                    "description": "4C.1 Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice. 4C.4 Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 in the Find a Tender Service Contract Notice or the relevant section of the Site Notice. 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. 4D.1 The bidder must hold a UKAs (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) OR hold the information contained in the buyer attachment area in PCS-T (file name \"Contract Notice Additional Information\") AND HEALTH & SAFETY The bidder must 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 hold the information contained in the buyer attachment area in PCS-T (file name \"Contract Notice Additional Information\") 4D.2 The Bidder must 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 hold the information contained in the buyer attachment area in PCS-T (file name \"Contract Notice Additional Information\")",
                    "minimum": "4C.1 Bidders are required to provide two examples of works carried out in the past five years that demonstrate they have the relevant experience to carry out the works as described within this ITT and similar in nature and scope to this contract opportunity. 4C.4 If bidders intend to use a supply chain to deliver the requirements detailed in II.2.4 in the Find a Tender Service, Contract Notice or relevant section of the Site Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms b) >=95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance. If a bidder does not pay at least 95% of valid invoices on time and is unable to provide a proportionate and timely improvement plan, they will not be selected to participate any further in the competition."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "classification": {
            "id": "45316110",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "Tenderers will be required to return with their submission a completed Data Protection Certificate, FOI Certificate, No Collusion Certification, S1 Equalities Questionnaire, S2 Equalities Declaration, Prompt Payment Certificate and Tender Declaration Certificate. In addition to the PCS-T ITT project_22213 response and any mandatory documentation and additional technical/commercial response attachments requested therein, the following document(s) will be required to be completed and submitted by the tenderer: -Appendix 2 Data Provided by the Contractor Contract Data -Appendix 2 Data Provided by the Contractor Part Two Bill of Quantities (SC Ref:711156)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000705217"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000705217"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "CP0477/ENV",
            "suppliers": [
                {
                    "id": "org-498",
                    "name": "Lightways (Contractors) Limited"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "CP0477/ENV",
            "awardID": "CP0477/ENV",
            "status": "active",
            "value": {
                "amount": 227266.99,
                "currency": "GBP"
            },
            "dateSigned": "2022-11-01T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1579",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "1580",
                "measure": "smeBids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "1581",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "1582",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "1583",
                "measure": "electronicBids",
                "value": 3,
                "relatedLot": "1"
            }
        ]
    }
}