Section one: Contracting authority
one.1) Name and addresses
Scotland Excel
Renfrewshire House, Cotton Street
Paisley
PA1 1AR
Telephone
+44 1414888230
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
http://www.scotland-excel.org.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Supply and Delivery of Street Lighting Materials
Reference number
1421
two.1.2) Main CPV code
- 34928500 - Street-lighting equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
This framework is for, but not limited to, the supply and delivery of street lighting materials such as LED lanterns, lanterns/luminaires, lamps, columns and maintenance components to all 32 member councils in Scotland, Tayside Contracts and Associate Members of Scotland Excel.
two.1.5) Estimated total value
Value excluding VAT: £60,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
LED Lanterns
Lot No
1
two.2.2) Additional CPV code(s)
- 34928510 - Street-lighting columns
- 34928530 - Street lamps
- 31300000 - Insulated wire and cable
- 31500000 - Lighting equipment and electric lamps
- 31510000 - Electric filament lamps
- 31511000 - Sealed-beam lamp units
- 31530000 - Parts of lamps and lighting equipment
- 31531000 - Light bulbs
- 31532000 - Parts of lamps and light fittings
- 34928500 - Street-lighting equipment
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland
two.2.4) Description of the procurement
Supply and delivery of LED lanterns.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £36,000,000
two.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 of up to 12 months extension.
two.2.10) Information about variants
Variants will be accepted: No
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
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
two.2) Description
two.2.1) Title
Cable/Wiring
Lot No
2
two.2.2) Additional CPV code(s)
- 34928500 - Street-lighting equipment
- 34928530 - Street lamps
- 31300000 - Insulated wire and cable
- 31500000 - Lighting equipment and electric lamps
- 31510000 - Electric filament lamps
- 31511000 - Sealed-beam lamp units
- 31530000 - Parts of lamps and lighting equipment
- 31531000 - Light bulbs
- 31532000 - Parts of lamps and light fittings
- 34928510 - Street-lighting columns
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland
two.2.4) Description of the procurement
Supply and delivery of cable/wiring for street lighting materials
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.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 of up to 12 months extension.
two.2.10) Information about variants
Variants will be accepted: No
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
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
two.2) Description
two.2.1) Title
Steel Columns & Poles
Lot No
3
two.2.2) Additional CPV code(s)
- 34928500 - Street-lighting equipment
- 34928530 - Street lamps
- 31300000 - Insulated wire and cable
- 31500000 - Lighting equipment and electric lamps
- 31510000 - Electric filament lamps
- 31511000 - Sealed-beam lamp units
- 31530000 - Parts of lamps and lighting equipment
- 31531000 - Light bulbs
- 31532000 - Parts of lamps and light fittings
- 34928510 - Street-lighting columns
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland
two.2.4) Description of the procurement
Supply and delivery of steel columns & poles relating to street lighting materials.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.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 of up to 12 months extension.
two.2.10) Information about variants
Variants will be accepted: No
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
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
two.2) Description
two.2.1) Title
Aluminium Columns & Poles
Lot No
4
two.2.2) Additional CPV code(s)
- 34928500 - Street-lighting equipment
- 34928530 - Street lamps
- 31300000 - Insulated wire and cable
- 31500000 - Lighting equipment and electric lamps
- 31510000 - Electric filament lamps
- 31511000 - Sealed-beam lamp units
- 31530000 - Parts of lamps and lighting equipment
- 31531000 - Light bulbs
- 31532000 - Parts of lamps and light fittings
- 34928510 - Street-lighting columns
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland
two.2.4) Description of the procurement
Supply and delivery of aluminium columns & poles relating to street lighting materials.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £8,000,000
two.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 of up to 12 months extension.
two.2.10) Information about variants
Variants will be accepted: No
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
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
two.2) Description
two.2.1) Title
Sundry Items
Lot No
5
two.2.2) Additional CPV code(s)
- 34928500 - Street-lighting equipment
- 34928530 - Street lamps
- 31300000 - Insulated wire and cable
- 31500000 - Lighting equipment and electric lamps
- 31510000 - Electric filament lamps
- 31511000 - Sealed-beam lamp units
- 31530000 - Parts of lamps and lighting equipment
- 31531000 - Light bulbs
- 31532000 - Parts of lamps and light fittings
- 34928510 - Street-lighting columns
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland
two.2.4) Description of the procurement
Supply and delivery of sundry items relating to street lighting materials.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £2,500,000
two.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 of up to 12 months extension.
two.2.10) Information about variants
Variants will be accepted: No
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
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
two.2) Description
two.2.1) Title
Traffic Bollards & Signs
Lot No
6
two.2.2) Additional CPV code(s)
- 34928500 - Street-lighting equipment
- 34928530 - Street lamps
- 31300000 - Insulated wire and cable
- 31500000 - Lighting equipment and electric lamps
- 31510000 - Electric filament lamps
- 31511000 - Sealed-beam lamp units
- 31530000 - Parts of lamps and lighting equipment
- 31532000 - Parts of lamps and light fittings
- 34928450 - Bollards
- 34928510 - Street-lighting columns
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland
two.2.4) Description of the procurement
Supply and delivery of traffic bollards & signs relating to street lighting materials.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £2,500,000
two.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 of up to 12 months extension.
two.2.10) Information about variants
Variants will be accepted: No
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
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
two.2) Description
two.2.1) Title
Lamps & Maintenance Components
Lot No
7
two.2.2) Additional CPV code(s)
- 34928500 - Street-lighting equipment
- 34928530 - Street lamps
- 31300000 - Insulated wire and cable
- 31500000 - Lighting equipment and electric lamps
- 31510000 - Electric filament lamps
- 31511000 - Sealed-beam lamp units
- 31530000 - Parts of lamps and lighting equipment
- 31531000 - Light bulbs
- 31532000 - Parts of lamps and light fittings
- 34928510 - Street-lighting columns
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland.
two.2.4) Description of the procurement
Supply and delivery of lamps & maintenance components relating to street lighting materials.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £8,000,000
two.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 of up to 12 months extension.
two.2.10) Information about variants
Variants will be accepted: No
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
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public
Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this
procurement and the other Procurement Documents for further information.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
1. SPD (Scotland) Questions 4B.5.1b and 4B.5.2: Insurance Requirements
2. SPD (Scotland) Question 4B.6: Other Economic & Financial Requirements
In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Economic and Financial Standing selection criteria apply separately in relation to each individual lot.
Minimum level(s) of standards possibly required
1. SPD (Scotland) Question 4B.5.1b and 4B.5.2 - INSURANCE REQUIREMENTS:
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:
ALL LOTS
Employers’ Liability – in accordance with Regulation 5 of the Employers’ Liability (Compulsory Insurance) Regulations 1998 to a minimum indemnity limit of GBP 5 million in respect of each claim, without limit to the number of claims;
Public/Products Liability – to a minimum indemnity limit of GBP 10 million in respect of each claim, without limit to the number of claims for Public Liability, and in the aggregate for Products Liability;
and
Motor Vehicle - statutory third party motor vehicle liability insurance no less than a minimum indemnity limit of GBP 5 million for property damage and unlimited for Third Party Injury.
2. SPD Scotland) Question 4.B.6 - OTHER ECONOMIC AND FINANCIAL REQUIREMENTS:
A search of the bidder against Equifax's Protect must not return a 'Warning' or 'Caution' returnable code or any neutral code, unless the
bidder confirms that it can provide any other document which Scotland Excel considers appropriate to prove to Scotland Excel (acting
within its permitted discretion under the applicable public procurement rules) that the bidder does / would not present an unmanageable risk
should it be appointed on to the proposed Framework Agreement.
Equifax's Protect is a fraud indicator / credit risk search and analysis of five areas of threat in relation to a particular company: credit
history; disqualification; validation and investigation bureau; connected data; and bureau information.
three.1.3) Technical and professional ability
List and brief description of selection criteria
1. SPD (Scotland) Question 4C.10 - Subcontracting
2. SPD (Scotland) Question 4D.1 - Quality Assurance Schemes
3. SPD (Scotland) Question 4D.1 - Health and Safety Procedures
4. SPD (Scotland) Question 4D.2 - Environmental Management Standards
In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Technical and Professional Ability selection criteria apply separately in relation to each individual lot.
Minimum level(s) of standards possibly required
SPD (SCOTLAND) QUESTION 4C.10 - SUBCONTRACTING:
Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contracts to be called-off under the proposed framework agreement.
If you intend to subcontract any share of the contract to third parties on whose capacity you do not rely to satisfy the selection criteria, you must secure that each subcontractor completes a separate SPD (Scotland) Response for all Parts of the SPD (Scotland) Qualification Envelope, except Part 4 (Selection criteria).
SPD (SCOTLAND) QUESTION 4D.1 - QUALITY ASSURANCE SCHEMES
The tenderer must have the following:
The tenderer 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. The policy must set out responsibilities for quality management demonstrating that the tenderer has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.
SPD (SCOTLAND) QUESTION 4D.1 - HEALTH AND SAFETY PROCEDURES
The tenderer must have the following:
The tenderer MUST HOLD a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.
OR
A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation.
SPD (SCOTLAND) QUESTION 4D.2 - ENVIRONMENTAL MANAGEMENT STANDARDS
The tenderer must have the following:
The tenderer 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
A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the tenderer's environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
For full details of the conditions relevant to the proposed Framework Agreement and contracts to be called-off thereunder (to the extent
known or settled at this stage), please see the procurement documents (details of how to access these being set out in section "1.3)
Communication" of this Contract Notice.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 30
four.1.6) Information about electronic auction
An electronic auction will be used
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: 2021/S 000-029454
four.2.2) Time limit for receipt of tenders or requests to participate
Date
29 June 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 5 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
29 June 2022
Local time
12:00pm
Place
Scotland Excel, Renfrewshire House, Cotton Street, Paisley PA1 1AR on
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Scotland Excel is a central purchasing body and is procuring this framework on behalf of the following contracting authorities (and successor bodies):
- The 32 local authorities in Scotland listed at http://www.scotlandexcel.org.uk/home/aboutus/Ourmembers/Our Members.aspx
- Tayside Contracts
- Scotland Excel associate members
- Scottish Prison Service and all establishments owned and managed by the Scottish Ministers through the Scottish Prison Service
- any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working)(Scotland)Act 2014. The above is subject to each contracting authority entering into and maintaining a relevant membership agreement or other access agreement with Scotland Excel.
Tenderers are advised that the envisaged maximum number of participants that might be appointed to the proposed framework agreement set out in section IV.1.3 of this contract notice is purely indicative. Scotland Excel reserves the right to appoint more or less bidders than the envisaged maximum number to the proposed Framework Agreement. Tenderers are advised that whether electronic ordering, invoicing and payment will be used or accepted is at the discretion of each Member Authority or Associate Member which will be settled by them during call-off of a contract under this proposed Framework Agreement.
Further to IV.1.6, electronic auctions may be used at the point when Councils enter into Call-offs under the Framework. In that event, Councils will set out relevant information in the procurement documents related to their requirement in accordance with Regulation 36 (Electronic Auctions) of the Public Contracts (Scotland) Regulations 2015.
REBATE REQUIREMENTS
Bidders should note that retrospective rebates apply to this Framework. Details can be found via Clause 30 of the Special Conditions of Contract located within the Buyer Attachments Area.
CONTRACT MANAGEMENT, KPIs & COMMUNITY BENEFIT REQUIREMENTS
As per details in the Special Conditions, Suppliers will be required to provide Management Information (MI) and KPIs on a quarterly basis and Community Benefits bi-annually.
In addition, details on the following KPIs must be provided:
- Customer complaints: Number of complaints received as a % of number of orders
- Product returns: Number of Goods returned due to substandard product quality.
- Late Deliveries: Number of Goods delivered later than offered delivery periods
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 44342. 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:
In accordance with section 25(3) of the Procurement Reform (Scotland) Act 2014 note that. Scotland Excel intends to include community
benefit requirements. As part of your response within the Technical criteria, Bidders will be requested to commit to delivery of community
benefits in accordance with the methodology outlined in the tender documents.
(SC Ref:691398)
six.4) Procedures for review
six.4.1) Review body
Court of Session
Parliament Square
Edinburgh
EH1 1RQ
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland)
Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session.