Section one: Contracting authority
one.1) Name and addresses
East Lothian Council
John Muir House
Haddington, East Lothian
EH41 3HA
Contact
Procurement
procurement@eastlothian.gov.uk
Telephone
+44 1620827827
Country
United Kingdom
NUTS code
UKM73 - East Lothian and Midlothian
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00181
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
Supply, Installation, Maintenance & Replacement of Bus Shelters
Reference number
ELC-21-2496
two.1.2) Main CPV code
- 44212321 - Bus shelters
two.1.3) Type of contract
Supplies
two.1.4) Short description
Supply, Installation, Maintenance & Replacement of Bus Shelters within East Lothian.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £400,000
two.2) Description
two.2.1) Title
Journey Hub Shelters
Lot No
1
two.2.2) Additional CPV code(s)
- 44212321 - Bus shelters
two.2.3) Place of performance
NUTS codes
- UKM73 - East Lothian and Midlothian
Main site or place of performance
East Lothian
two.2.4) Description of the procurement
East Lothian Council intends to appoint a supplier/suppliers for the supply, install and maintenance of new bus shelters to support enhanced bus services throughout the county.
two.2.5) Award criteria
Quality criterion - Name: Ethics & Sustainability / Weighting: 10
Quality criterion - Name: Materials & Workmanship / Weighting: 20
Quality criterion - Name: Quality & Longevity / Weighting: 20
Quality criterion - Name: Safety / Weighting: 10
Price - Weighting: 40
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.
The value of procurement is the potential maximum value over the total of the initial 3 year duration.
two.2) Description
two.2.1) Title
Maintenance and replacement of existing shelters
Lot No
2
two.2.2) Additional CPV code(s)
- 44212321 - Bus shelters
two.2.3) Place of performance
NUTS codes
- UKM73 - East Lothian and Midlothian
Main site or place of performance
East Lothian
two.2.4) Description of the procurement
East Lothian Council intends to appoint a supplier/suppliers to efficiently maintain existing bus shelters and replace where necessary on a like-for-like basis throughout the county.
two.2.5) Award criteria
Quality criterion - Name: Ethics & Sustainability / Weighting: 10
Quality criterion - Name: Materials / Weighting: 10
Quality criterion - Name: Efficiency / Weighting: 20
Price - Weighting: 60
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.
The value of procurement is the potential maximum value over the total of the initial 3 year duration.
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: 2021/S 000-012240
Section five. Award of contract
Lot No
1
Title
Journey Hub Shelters
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
10 August 2021
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from other EU Member States: 4
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Externiture
Unit 3, Daytona Drive
Thatcham
RG19 4ZD
Telephone
+44 1635862100
Country
United Kingdom
NUTS code
- UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £225,000
Total value of the contract/lot: £225,000
Section five. Award of contract
Lot No
2
Title
Maintenance and replacement of existing shelters
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
10 August 2021
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from other EU Member States: 3
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Externiture
Unit 3, Daytona Drive
Thatcham
RG19 4ZD
Telephone
+44 1635862100
Country
United Kingdom
NUTS code
- UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £75,000
Total value of the contract/lot: £75,000
Section six. Complementary information
six.3) Additional information
QUALITY MANAGEMENT PROCEDURES
1. 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
The bidder must have documents policies and procedures for quality management (details in the tender documents).
HEALTH & SAFETY PROCEDURES
2. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BSOHSAS 18001 (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 (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.(Details in tender document).
ENVIRONMENTAL PROCEDURES
3.The Bidder 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
The bidder must have the following (details in tender documents):
a. A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This
policy must include and describe the bidder’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).
b. Procedures for dealing with waste (e.g. waste management plans, waste segregation, recycling etc.).
(SC Ref:666065)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom