Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Street Lighting Installations and Maintenance Services

  • First published: 15 August 2024
  • Last modified: 15 August 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-048aeb
Published by:
East Renfrewshire Council
Authority ID:
AA22126
Publication date:
15 August 2024
Deadline date:
16 September 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

East Renfrewshire Council

Eastwood HQ, Eastwood Park,

Giffnock

G46 6UG

UK

Telephone: +44 1415773669

E-mail: sandra.bisset@eastrenfrewshire.gov.uk

NUTS: UKM83

Internet address(es)

Main address: http://www.eastrenfrewshire.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Street Lighting Installations and Maintenance Services

Reference number: ERC000411

II.1.2) Main CPV code

50232000

 

II.1.3) Type of contract

Services

II.1.4) Short 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.

II.1.5) Estimated total value

Value excluding VAT: 3 600 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

50230000

II.2.3) Place of performance

NUTS code:

UKM83

II.2.4) Description of the procurement

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.

II.2.5) Award criteria

Criteria below:

Quality criterion: 2.2 Service Delivery / Weighting: 45

Quality criterion: 2.3 Constraints & Innovation / Weighting: 15

Quality criterion: 2.4 Quality & Training / Weighting: 10

Quality criterion: 2.5 Transition from Existing Supplier / Weighting: 10

Quality criterion: 2.6 Community Benefits / Weighting: 10

Quality criterion: 2.7 Fair Working Practices / Weighting: 5

Quality criterion: 2.9 Sustainability / Weighting: 5

Price / Weighting:  70

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for a further 12 months.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

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.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

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


III.1.3) Technical and professional ability

List and brief description of selection criteria:

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.


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 16/09/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 16/09/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

April 2028

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

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.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27318. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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 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:

East Renfrewshire Council is committed to maximising community benefits from contracts for works, goods and services in which the

Council has an interest. Community benefits should improve the economic, social or environmental wellbeing of the area. Under this

contract the successful Contractor will be requested to support East Renfrewshire Council’s economic, environmental and social

regeneration objectives to achieve benefits for our identified beneficiary hierarchy.

Tier 1. Targeted recruitment and training for priority employability groups.

Tier 2. Work experience placements for the same target groups.

Tier 3. Curriculum support for schools and those on employability pathways.

Tier 4. Community Enhancement for community groups and projects.

Tier 5. Small and Medium Enterprises and Social Enterprise Organisations supply chain support.

Community Benefits has been included as a mandatory requirement. Minimum Community Benefit Points (CBP) Required - 90.

(SC Ref:773311)

VI.4) Procedures for review

VI.4.1) Review body

Paisley Sheriff Court and Justice of the Peace Court

St James Street

Paisley

PA3 2HW

UK

Telephone: +44 1415806322

E-mail: paisley@scotcourts.gov.uk

VI.5) Date of dispatch of this notice

14/08/2024

Coding

Commodity categories

ID Title Parent category
50232000 Maintenance services of public-lighting installations and traffic lights Repair, maintenance and associated services related to roads and other equipment
50230000 Repair, maintenance and associated services related to roads and other equipment Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
sandra.bisset@eastrenfrewshire.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.