Tender

Lighting Network Renewal Works

  • Glasgow City Council

F02: Contract notice

Notice identifier: 2026/S 000-016800

Procurement identifier (OCID): ocds-h6vhtk-065bcd

Published 25 February 2026, 11:29am



Section one: Contracting authority

one.1) Name and addresses

Glasgow City Council

40 John St, City Chambers

Glasgow

G2 1DU

Contact

Kim Mackenzie

Email

kim.mackenzie@ced.glasgow.gov.uk

Telephone

+44 1412876426

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.glasgow.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196

one.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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

Lighting Network Renewal Works

Reference number

GCC006393CPU

two.1.2) Main CPV code

  • 45316110 - Installation of road lighting equipment

two.1.3) Type of contract

Works

two.1.4) Short description

Glasgow City Council invites tender bids for the provision of works to undertake a Lighting Network Renewal which will include column, luminaire replacement as well as associated underground and overhead ancillary works

two.1.5) Estimated total value

Value excluding VAT: £13,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

Glasgow City Council invites tender bids for the provision of works to undertake a Lighting Network Renewal which will include column, luminaire replacement as well as associated underground and overhead ancillary works

two.2.5) Award criteria

Quality criterion - Name: Fair Work First / Weighting: 5

Quality criterion - Name: Policies & Procedures / Weighting: 20

Quality criterion - Name: Quality Control Procedures / Weighting: 20

Quality criterion - Name: presentation / Weighting: 25

Price - Weighting: 30

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

Duration in months

30

This contract is subject to renewal

No

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

Please refer to ITT for full details of tender


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

List and brief description of conditions

As per invitation to tender document

three.1.2) Economic and financial standing

List and brief description of selection criteria

As per invitation to tender document

Minimum level(s) of standards possibly required

As per invitation to tender document

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders are required to provide three case studies giving examples of works carried out in the past ten years that demonstrate they have the relevant experience of delivering works similar in size, scope and scale to that described in section ii.2.4 of the Contract Notice and in the Note below.

The Council requires Bidders to demonstrate in their case studies the following:

Issues encountered in a similar project, details of the specific issues and how you managed the these

How this was brought to the Client’s attention

What discussions were held with the Client

What mitigation was put into place to resolve issue (s).

At least two of the case studies noted above should be works delivered for public authorities.

Minimum level(s) of standards possibly required

Bidders MUST score no less than 60% of the marks available for the questions above based upon the scoring guidance shown in the ITT.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As per invitation to tender document


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

Date

27 March 2026

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

27 March 2026

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) 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.

Bidders must hold certificates for Quality Assurance, Health and Safety and Environmental Management Standards or comply with all questions noted in SPD Section 4D.

Health & Safety - bidders must complete and return the H&S questionnaire found in the Buyers Attachments area of the tender portal.

Freedom of Information Act - Information on the FOI Act is contained in Appendix A of the ITT. Tenderers must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI certificate contained in the Technical Envelope within the PCS Tender portal (NB the council does not bind itself to withhold this information).

Tenderers Amendments - bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Bidders will be required to complete the tenderers amendment certificate that is contained within the Technical Envelope within PCS Tender portal.

Prompt Payment - the successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works 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 sub-contractors in respect of payments due to any sub-sub-contractors, if any. Tenderers will be required to complete the prompt payment certificate contained in the Technical Envelope within PCS Tender portal.

Non-Collusion - Tenderers will be required to complete the Non-Collusion certificate contained in the Technical Envelope within the PCS Tender portal.

Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, contained in the Technical Envelope within the PCS Tender portal authorising the Council to request copies of insurance documents from the supplier’s insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from suppliers at any point during the contract period.

Terms and Conditions are located within the buyers attachments area within the PCS Tender portal.

Additional information pertaining to this contract notice is contained within the Invitation to Tender documentation, situated within the buyers attachments area of PCS-T. Tenderers must ensure they read these documents in line with this contract notice.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 62888. 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:

Community Benefits has been included as a mandatory requirement. Minimum Community Benefit Points (CBP) Required - 960

(SC Ref:824090)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

PO BOX 23 1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Glasgow City Council (“the Council”) must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (“the Regulations”).

The Council is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the Council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of; or the court, by interim order, brings to an end the prohibition.

The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic Operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.