Section one: Contracting authority
one.1) Name and addresses
South Lanarkshire Council
Council Headquarters, Almada Street
Hamilton
ML3 0AA
Contact
Leona McPhail
leona.mcphail@southlanarkshire.gov.uk
Country
United Kingdom
NUTS code
UKM95 - South Lanarkshire
Internet address(es)
Main address
http://www.southlanarkshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Maintenance, Storage, Erection & Dismantling of Festive Lighting Reference number: SLC/CE/23/009
Reference number
SLC/CE/23/009
two.1.2) Main CPV code
- 50232100 - Street-lighting maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The Council has an ongoing requirement for the provision of Festive Lighting, encompassing the maintenance, storage, erection and dismantling of Council owned Festive Lighting and associated kit for use throughout the towns and villages within the boundary of South Lanarkshire.
A suitable and accessible route to market has been identified: by using a single supplier contract in accordance with the Open procedure by advertising in the Find a Tender website.
The contract period for this contract is for a period of 4 Years from 7 January 2024 – 6 January 2028 with the option to extend up to a further 12 months.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,281,322.75
two.2) Description
two.2.2) Additional CPV code(s)
- 45316110 - Installation of road lighting equipment
- 50232100 - Street-lighting maintenance services
two.2.3) Place of performance
NUTS codes
- UKM95 - South Lanarkshire
two.2.4) Description of the procurement
The contract will be awarded via Open Procedure on the basis of the most economically advantageous tender received.
The commercial weighting for this tender will be set at 70% and the technical weighting will be set at 30%.
The contract will be procured via Open route and will be in accordance with the NEC3 Term Service Short Contract.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 30
Price - Weighting: 70
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-030012
Section five. Award of contract
Contract No
SLC/CE/23/009
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
17 January 2024
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Lightways (Contractors) Limited
Unit 6 , Lochlands Industrial Estate
Falkirk
FK53NS
Telephone
+44 01324553025
Country
United Kingdom
NUTS code
- UKM76 - Falkirk
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £1,281,322.75
Section six. Complementary information
six.3) Additional information
SPD Questions 3A.1 to 3A.8 Serious and Organised Crime – Information Sharing Protocol
It is a requirement of this tender that the bidder recommended for award completes and submits, when requested to by the Council, the Serious and Organised Crime – Information Sharing Protocol form for evaluation prior to any award being made.
Declarations and Certificates
In an open tendering procedure prior to any award being made the successful bidder will provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Envelope.
All certificates, declarations and questionnaires can be found within the Attachment area of PCS-T.
SPD Question 2D.1 Prompt Payment Certificate
Declaration Section *NEC Form of Tender
SPD Question 3D.11 Non-Collusion Certificate
SPD Question 4C.6 Goods Vehicle Operator’s Licence Declaration
SPD Question 4B.5.1 Insurance Certificates
SPD Questions 3A.1 to 3A.8 Serious and Organised Crime Declaration
SPD Question 3A.6 Modern Slavery Act 2015 Declaration
Declaration Section Health and Safety Questionnaire
*The ‘Form of Offer to Tender’ must be completed and uploaded within the relevant question in the Commercial Envelope.
In the case of an open tender, the other Declarations listed above will not be required to be uploaded and submitted with the bid, but will instead be requested by the Council following the conclusion of the evaluation of the Qualification, Technical and Commercial Envelopes and prior to the award of the tender.
Failure to provide this information or in the event that the information provided does not support or evidence the statements made within the SPD will invalidate the bid. In this scenario the Council will seek to obtain the relevant information and evidence from the second highest scoring bidder and so on until a fully compliant bidder is identified.
Under this contract bidders will be required to actively participate in the achievement of Community Benefits. A summary of the expected Community Benefits has been provided within the attachment area/technical envelope and bidders will be asked to provide details of the Community Benefits they can offer as part of their bid. The Council has calculated that the minimum total of 100 community benefit points which must be delivered under this contract. Further details are provided in the tender documents.
(SC Ref:755923)
six.4) Procedures for review
six.4.1) Review body
Hamilton Sheriff Court
Sheriff Court House, 4 Beckford Street
Hamilton
ML3 0BT
hamiltoncivl@scotcourts.gov.uk
Telephone
+44 1698282957
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Please note, the alternative review body to the local Sheriff Court detailed in VI.4.1 is:
Court of Session
Parliament House
Parliament Square
Edinburgh
EH1 1RQ
+44 1312252595