Notice Information
Notice Title
Street Lighting Installations and Maintenance Services
Notice Description
Maintenance and Installation of Street Lighting. The contract will cover all aspects of installation, planned and reactive maintenance and emergency 24 hour call outs. The maintenance and improvement of the street lighting asset for a three/ four year period. Replacement of Luminaires and carry out the LED replacement program.
Lot Information
Lot 1
Maintenance and Installation of Street Lighting. The contract will cover all aspects of installation, planned and reactive maintenance and emergency 24 hour call outs. The maintenance and improvement of the street lighting asset for a three/ four year period. Replacement of Luminaires and carry out the LED replacement program.
Renewal: Option to extend for a further 12 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000773311
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT516810
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - 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
50230000 - Repair, maintenance and associated services related to roads and other equipment
50232000 - Maintenance services of public-lighting installations and traffic lights
Notice Value(s)
- Tender Value
- £3,600,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 23 Oct 20241 years ago
- Submission Deadline
- 16 Sep 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 10 Oct 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- April 2028
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- EAST RENFREWSHIRE COUNCIL
- Contact Name
- Not specified
- Contact Email
- sandra.bisset@eastrenfrewshire.gov.uk
- Contact Phone
- +44 1415773669
Buyer Location
- Locality
- GIFFNOCK
- Postcode
- G46 6UG
- Post Town
- Glasgow
- 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
- East Renfrewshire
- Electoral Ward
- Giffnock and Thornliebank
- Westminster Constituency
- East Renfrewshire
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG512096
Street Lighting Installations and Maintenance Services - Maintenance and Installation of Street Lighting. The contract will cover all aspects of installation, planned and reactive maintenance and emergency 24 hour call outs. The maintenance and improvement of the street lighting asset for a three/ four year period. Replacement of Luminaires and carry out the LED replacement program. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT516810
Street Lighting Installations and Maintenance Services - Maintenance and Installation of Street Lighting. The contract will cover all aspects of installation, planned and reactive maintenance and emergency 24 hour call outs. The maintenance and improvement of the street lighting asset for a three/ four year period. Replacement of Luminaires and carry out the LED replacement program.
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-r6ebe6-0000773311-2024-10-23T00:00:00Z",
"date": "2024-10-23T00:00:00Z",
"ocid": "ocds-r6ebe6-0000773311",
"initiationType": "tender",
"parties": [
{
"id": "org-71",
"name": "East Renfrewshire Council",
"identifier": {
"legalName": "East Renfrewshire Council"
},
"address": {
"streetAddress": "Eastwood HQ, Eastwood Park,",
"locality": "Giffnock",
"region": "UKM83",
"postalCode": "G46 6UG"
},
"contactPoint": {
"email": "sandra.bisset@eastrenfrewshire.gov.uk",
"telephone": "+44 1415773669",
"url": "https://www.publictendersscotland.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.eastrenfrewshire.gov.uk"
}
},
{
"id": "org-72",
"name": "Paisley Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Paisley Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "St James Street",
"locality": "Paisley",
"postalCode": "PA3 2HW"
},
"contactPoint": {
"email": "paisley@scotcourts.gov.uk",
"telephone": "+44 1415806322",
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-66",
"name": "East Renfrewshire Council",
"identifier": {
"legalName": "East Renfrewshire Council"
},
"address": {
"streetAddress": "Eastwood HQ, Eastwood Park,",
"locality": "Giffnock",
"region": "UKM83",
"postalCode": "G46 6UG"
},
"contactPoint": {
"email": "sandra.bisset@eastrenfrewshire.gov.uk",
"telephone": "+44 1415773669",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.eastrenfrewshire.gov.uk"
}
},
{
"id": "org-67",
"name": "Centre Great Ltd",
"identifier": {
"legalName": "Centre Great Ltd"
},
"address": {
"streetAddress": "Unit 11/12 Wyndham Close Brackla Ind est, Bridgend",
"locality": "Bridgend",
"region": "UKL17",
"postalCode": "CF312AD"
},
"contactPoint": {
"telephone": "+44 1656650481",
"faxNumber": "+44 1656649831"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-68",
"name": "Paisley Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Paisley Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "St James Street",
"locality": "Paisley",
"postalCode": "PA3 2HW"
},
"contactPoint": {
"email": "paisley@scotcourts.gov.uk",
"telephone": "+44 1415806322",
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "East Renfrewshire Council",
"id": "org-66"
},
"tender": {
"id": "ERC000411",
"title": "Street Lighting Installations and Maintenance Services",
"description": "Maintenance and Installation of Street Lighting. The contract will cover all aspects of installation, planned and reactive maintenance and emergency 24 hour call outs. The maintenance and improvement of the street lighting asset for a three/ four year period. Replacement of Luminaires and carry out the LED replacement program.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "50230000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 3600000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2024-09-16T12:00:00Z"
},
"awardPeriod": {
"startDate": "2024-09-16T12:00:00Z"
},
"documents": [
{
"id": "AUG512096",
"documentType": "contractNotice",
"title": "Street Lighting Installations and Maintenance Services",
"description": "Maintenance and Installation of Street Lighting. The contract will cover all aspects of installation, planned and reactive maintenance and emergency 24 hour call outs. The maintenance and improvement of the street lighting asset for a three/ four year period. Replacement of Luminaires and carry out the LED replacement program.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG512096",
"format": "text/html"
},
{
"id": "OCT516810",
"documentType": "awardNotice",
"title": "Street Lighting Installations and Maintenance Services",
"description": "Maintenance and Installation of Street Lighting. The contract will cover all aspects of installation, planned and reactive maintenance and emergency 24 hour call outs. The maintenance and improvement of the street lighting asset for a three/ four year period. Replacement of Luminaires and carry out the LED replacement program.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT516810",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Maintenance and Installation of Street Lighting. The contract will cover all aspects of installation, planned and reactive maintenance and emergency 24 hour call outs. The maintenance and improvement of the street lighting asset for a three/ four year period. Replacement of Luminaires and carry out the LED replacement program.",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "2.2 Service Delivery",
"description": "45"
},
{
"type": "price",
"description": "70"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend for a further 12 months."
}
}
],
"bidOpening": {
"date": "2024-09-16T12:00:00Z"
},
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "The Contractor shall comply with the current editions of the following: Electricity Council Engineering Recommendation G.39. Model Code of Practice covering electrical safety in planning, installation, commissioning and maintenance of public lighting and street furniture for all staff. The National Joint Utilities Group Recommendations on avoidance of danger from underground electricity cables. Regulations for Electrical Installations issued by the IEE. The Institution of Lighting Professionals, Code of Practice for Electrical Safety in Public Lighting Operations. Health & Safety at Work etc Act. 1974 The Electricity at Work Regulations 1989. New Roads and street works Act 1991 Construction (Design and Management) Regulations 2015 Current Member of SELECT or NICEIC."
},
{
"type": "economic",
"description": "Bidders will be required to have a minimum yearly \"general\" turnover of 2 x Annual Value of 900,000 GBP = 1,800,000 GBP The Council reserves the right at its own discretion to seek information from the applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to determine the Applicant's economic and financial standing. East Renfrewshire Council requires to ensure that the economic operator has the necessary economic and financial capacity to perform and complete the contract. In the current difficult economic environment, the Council seeks to ensure that the contractor who undertakes the works has suitable financial strength and capacity to complete these goods, works or services. Where an economic operator wishes to be considered for selection under this contract but cannot meet the turnover and/or Credit Safe score of 30 that economic operator must provide financial information which will satisfy the Council that they have an equivalent level of economic and financial standing; and must provide related guarantees or formal assurances to support their right to participate and be considered for any contract award (Regulation 61(8)). Please note that any financial information disclosed should evidence the financial strength of the economic operator tendering, therefore additional supporting information will need to be provided where joint or group accounts are provided in support of a bid to explain to the Council the relevance of that information. Where the economic bidder relies upon or intends to reply upon any Key Subcontractors in performance of the contract, then the Council reserves the right to assess the financial strength and suitability the Key subcontractor as part of the qualification process; Where the economic operator relies upon a parent company to provide financial assurance in support of their bid, the Council will also reserve the right to seek financial information on the strength and suitability of the parent company; and Where the economic operator relies upon the capacity of other parties in respect of selection and/or performance of the contract, then dependent on the nature of the arrangement the Council may require full disclosure of financial information in support of the bid. For example, where the bidder identifies as a consortium the Council will require that the consortium, as a group, can meet the financial selection requirements contained in the procurement documents. Where a bidder is part of a Consortium, it shall procure the execution and delivery to the Employer of a Consortium Guarantee (in the form provided by the council) executed by each member of the Consortium (acting as Consortium guarantor) in Self Proving Form. The Council reserves the right to monitor that the economic operator continues to meet the financial selection requirements upon receipt of the invitation to tender or after evaluation has been completed and prior to any award being made. Economic operators must inform the Council of any changes to any submission made by them in respect of their financial and or economic situation. The Council will further reserve the right to remove any economic operator from the tendering process where they are no longer able to fulfil any of the selection requirements as directed within the procurement documents. Further detail is contained within the procurement documents. Bidders who cannot meet the required level of turnover will be excluded from this tender. 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 = 10 million GBP Public Liability Insurance 5 million GBP Third Party Motor Vehicle Insurance"
},
{
"type": "technical",
"description": "Bidders who intend to use a supply chain to deliver the requirements detailed in the Contract Notice, must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. Bidders must provide a response at SPD Q4.C.4 and 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. Bidders unable to confirm (b) must provide an improvement plan, signed by their Director, which improves payment performance. It should be noted that where a bidder is unable to confirm or provide a satisfactory improvement plan the Council reserves the right to remove you from the process. Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2C.1 of the qualification envelope."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"classification": {
"id": "50232000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "April 2028"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "Prompt Payment-The successful tenderer shall, as a condition of being awarded the contract, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these services 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 subcontractors in respect of payments due to any sub-sub-contractors, if any. The Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Failure to supply the information within timeframe requested may result in your bid being rejected & the Council proceeding with the procurement exercise to the next appropriate bidder. Additional information pertaining to this contract notice is contained within the Tender documents. Applicants must ensure they read in line with this contract notice. The Council envisages that staff working on the current service shall transfer to the successful tenderer or its sub-contractors, under the terms of the Transfer of Undertakings (Protection of Employment) Regulations 2006 (\"TUPE\"). These employees are currently employed by [the Council / the incumbent supplier]. Provisional lists of the employees who may transfer are contained in [insert]. Tenderers will, however, be required to satisfy themselves as to the application of TUPE in relation to the Procurement and it is the sole responsibility of each Tenderer to take any legal or other professional advice they consider necessary as to whether TUPE will be likely to apply to the Procurement, and if so, to reflect the financial and other commercial implications of the application of TUPE in their Tender Response. In particular, but without limitation, if a Tenderer considers that TUPE will be likely to apply to the Procurement that Tenderer's pricing proposals must take into account the costs associated with the transfer of any employees under TUPE and any associated costs. The Council makes no warranties or representations (whether express or implied) and gives no undertakings as to the applicability or otherwise of TUPE to the proposed contract. (SC Ref:781296)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000773311"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000773311"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "ERC000411",
"suppliers": [
{
"id": "org-67",
"name": "Centre Great Ltd"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "ERC000411",
"awardID": "ERC000411",
"status": "active",
"dateSigned": "2024-10-10T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2024/S 000-025842"
}
],
"bids": {
"statistics": [
{
"id": "226",
"measure": "lowestValidBidValue",
"value": 3137244.51
},
{
"id": "227",
"measure": "highestValidBidValue",
"value": 12783246.22
},
{
"id": "228",
"measure": "bids",
"value": 4,
"relatedLot": "1"
},
{
"id": "229",
"measure": "smeBids",
"value": 4,
"relatedLot": "1"
},
{
"id": "230",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "231",
"measure": "foreignBidsFromNonEU",
"value": 4,
"relatedLot": "1"
},
{
"id": "232",
"measure": "electronicBids",
"value": 4,
"relatedLot": "1"
},
{
"id": "233",
"measure": "lowestValidBidValue",
"value": 3137244.51,
"relatedLot": "1"
},
{
"id": "234",
"measure": "highestValidBidValue",
"value": 12783246.22,
"relatedLot": "1"
}
]
}
}