Section one: Contracting authority
one.1) Name and addresses
East Renfrewshire Council
Eastwood HQ, Eastwood Park,
Giffnock
G46 6UG
sandra.bisset@eastrenfrewshire.gov.uk
Telephone
+44 1415773669
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
http://www.eastrenfrewshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183
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
Street Lighting Installations and Maintenance Services
Reference number
ERC000411
two.1.2) Main CPV code
- 50232000 - Maintenance services of public-lighting installations and traffic lights
two.1.3) Type of contract
Services
two.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.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.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.
two.2.5) Award criteria
Quality criterion - Name: 2.2 Service Delivery / Weighting: 45
Quality criterion - Name: 2.3 Constraints & Innovation / Weighting: 15
Quality criterion - Name: 2.4 Quality & Training / Weighting: 10
Quality criterion - Name: 2.5 Transition from Existing Supplier / Weighting: 10
Quality criterion - Name: 2.6 Community Benefits / Weighting: 10
Quality criterion - Name: 2.7 Fair Working Practices / Weighting: 5
Quality criterion - Name: 2.9 Sustainability / Weighting: 5
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: 2024/S 000-017287
Section five. Award of contract
Contract No
ERC000411
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section six. Complementary information
six.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.
(SC Ref:773312)
six.4) Procedures for review
six.4.1) Review body
Paisley Sheriff Court and Justice of the Peace Court
St James Street
Paisley
PA3 2HW
Telephone
+44 1415806322
Country
United Kingdom