Notice Information
Notice Title
Supply and Delivery of LED Lanterns, North Ayrshire
Notice Description
North Ayrshire Council invites tenders for the supply and delivery of an estimated 947 LED lanterns which will be provided in various batches. The anticipated contract start date is 3rd November 2025 until 31st March 2026.
Lot Information
Lot 1
The procurement will follow the open tender process.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000809759
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP539015
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
34 - Transport equipment and auxiliary products to transportation
-
- CPV Codes
31216200 - Lightning conductors
31500000 - Lighting equipment and electric lamps
31518200 - Emergency lighting equipment
31520000 - Lamps and light fittings
31527200 - Exterior lights
31527210 - Lanterns
34928500 - Street-lighting equipment
34928510 - Street-lighting columns
34928530 - Street lamps
34993000 - Road lights
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 11 Sep 20252 months ago
- Submission Deadline
- 2 Oct 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 3 Nov 2025 - 31 Mar 2026 1-6 months
- 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
- NORTH AYRSHIRE COUNCIL
- Contact Name
- Not specified
- Contact Email
- murraythompson@north-ayrshire.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- IRVINE
- Postcode
- KA12 8EE
- Post Town
- Kilmarnock
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM9 Southern Scotland
- Small Region (ITL 3)
- TLM93 North Ayrshire and East Ayrshire
- Delivery Location
- TLM93 North Ayrshire and East Ayrshire
-
- Local Authority
- North Ayrshire
- Electoral Ward
- Irvine South
- Westminster Constituency
- Central Ayrshire
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP539015
Supply and Delivery of LED Lanterns, North Ayrshire - North Ayrshire Council invites tenders for the supply and delivery of an estimated 947 LED lanterns which will be provided in various batches. The anticipated contract start date is 3rd November 2025 until 31st March 2026.
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-r6ebe6-0000809759-2025-09-11T00:00:00Z",
"date": "2025-09-11T00:00:00Z",
"ocid": "ocds-r6ebe6-0000809759",
"initiationType": "tender",
"parties": [
{
"id": "org-96",
"name": "North Ayrshire Council",
"identifier": {
"legalName": "North Ayrshire Council"
},
"address": {
"streetAddress": "Cunninghame House, Friars Croft",
"locality": "Irvine",
"region": "UKM93",
"postalCode": "KA12 8EE"
},
"contactPoint": {
"email": "murraythompson@north-ayrshire.gov.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.north-ayrshire.gov.uk"
}
},
{
"id": "org-10",
"name": "Kilmarnock Sheriff Court",
"identifier": {
"legalName": "Kilmarnock Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, St Marnock Street",
"locality": "Kilmarnock",
"postalCode": "KA1 1ED"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "North Ayrshire Council",
"id": "org-96"
},
"tender": {
"id": "NAC/5212",
"title": "Supply and Delivery of LED Lanterns, North Ayrshire",
"description": "North Ayrshire Council invites tenders for the supply and delivery of an estimated 947 LED lanterns which will be provided in various batches. The anticipated contract start date is 3rd November 2025 until 31st March 2026.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "31527210",
"scheme": "CPV"
},
{
"id": "34928500",
"scheme": "CPV"
},
{
"id": "34928510",
"scheme": "CPV"
},
{
"id": "34928530",
"scheme": "CPV"
},
{
"id": "31500000",
"scheme": "CPV"
},
{
"id": "31216200",
"scheme": "CPV"
},
{
"id": "31518200",
"scheme": "CPV"
},
{
"id": "31520000",
"scheme": "CPV"
},
{
"id": "31527200",
"scheme": "CPV"
},
{
"id": "34993000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM93"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html",
"tenderPeriod": {
"endDate": "2025-10-02T12:00:00Z"
},
"awardPeriod": {
"startDate": "2025-10-02T12:00:00Z"
},
"documents": [
{
"id": "SEP539015",
"documentType": "contractNotice",
"title": "Supply and Delivery of LED Lanterns, North Ayrshire",
"description": "North Ayrshire Council invites tenders for the supply and delivery of an estimated 947 LED lanterns which will be provided in various batches. The anticipated contract start date is 3rd November 2025 until 31st March 2026.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP539015",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The procurement will follow the open tender process.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2025-11-03T00:00:00Z",
"endDate": "2026-03-31T00:00:00Z"
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2025-10-02T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "If required, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established. 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": "North Ayrshire Council reserve the right to review the bidder's financial information using company watch financial analytics at tender stage and throughout the life of the contract. If the bidder's financial health score (H-Score) is 25 or less further information/clarifications will be requested to ensure the equivalent economic and financial standing is adhered too. If this information or the clarifications are not satisfactory, the bidder will be excluded from the tender process. Bidders will be required to have a minimum \"general\" yearly turnover of 230,000 GBP for the last three years. Bidders who cannot meet the required level of turnover will be excluded from this tender. 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. 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 = [10,000,000]GBP in respect of any one event Public Liability Insurance = [5,000,000]GBP in respect of any one event Product Liability Insurance = [5,000,000]GBP in the aggregate Third Party Motor Vehicle Insurance - A valid motor vehicle certificate must be held in the company name or (where there is no fleet but rather the company permits its employees to use their personal vehicles for business purposes), a letter signed by a person of appropriate authority - confirming that the company has ongoing arrangements in place to ensure their employees' vehicles are appropriately insured and maintained. http://www.hse.gov.uk/pubns/hse40.pdf"
},
{
"type": "technical",
"description": "Bidders must provide two examples that demonstrates they have the relevant experience to deliver the contract. Examples must be of a similar scope, size, and value and be from within the last three years. The minimum project value NAC will accept as an example is 50,000 GBP. Unsatisfactory experience will result in a fail and exclusion from the tender process. If you submit more than two examples, NAC will only evaluate the first two examples provided. Bidders must also provide two satisfactory references for the same two contracts. References should be fully completed and signed by previous customers and must be of a similar scope, size, and value and be from within the last three years. If any of the referees score less than two, the bidder will be excluded from the tender process. If you submit more than two references, NAC will only evaluate the first two references provided. Completed experience and reference templates must be zipped and uploaded at question 4C.1.2 of the qualification envelope. 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. 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. Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond, including knowledge of their emissions sources and actions to address these. Accepted evidence includes but is not limited to: - a completed copy of the Bidder 'relevant contract' Climate Change Plan Template, including planned projects and actions to reduce the bidder's carbon emissions. This does not need to contain calculated carbon emissions. Guidance on how Bidder Climate Change Plans are evaluated is available on the Sustainable Procurement Tools: Sustainable Procurement (sustainableprocurementtools.scot) 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 2D.1.2 of the qualification envelope."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"classification": {
"id": "34928500",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "Quality Management Procedures 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 a documented policy regarding quality management, see attachment at SPD question 4D.1. Health and Safety Procedures The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with ISO 45001 (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 the bidder must have a regularly reviewed and documented policy for Health and Safety management, see attachment at SPD question 4D.1. Environmental Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or the bidder must have a regularly reviewed documented policy regarding environmental management, see attachment at SPD question 4D.2. Bidders 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. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 60695. 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: NAC is committed to improving socio-economic and environmental outcomes through community benefits within its procurement activity, and has a community benefits policy which has been in place for almost a decade. The policy has refreshed NAC's existing way of working to better align with NAC's priorities from 2020 onwards, most notably those captured in the 2020-2025 Community Wealth Building Strategy and Local Outcome Improvement Plans. Community benefits are voluntary in all NAC contracts between 50,000 GBP and 499,999 GBP. Any commitment to voluntary community benefits will become contractual upon award. (SC Ref:809759)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000809759"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}