Contract

Street Lighting Installations and Maintenance Services

  • East Renfrewshire Council

F03: Contract award notice

Notice identifier: 2024/S 000-034320

Procurement identifier (OCID): ocds-h6vhtk-048aeb

Published 23 October 2024, 2:21pm



Section one: Contracting authority

one.1) Name and addresses

East Renfrewshire Council

Eastwood HQ, Eastwood Park,

Giffnock

G46 6UG

Email

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.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £3,137,244.51 / Highest offer: £12,783,246.22 taken into consideration

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 000-025842


Section five. Award of contract

Contract No

ERC000411

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

10 October 2024

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: 0

Number of tenders received from tenderers from non-EU Member States: 4

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

Centre Great Ltd

Unit 11/12 Wyndham Close Brackla Ind est, Bridgend

Bridgend

CF312AD

Telephone

+44 1656650481

Fax

+44 1656649831

Country

United Kingdom

NUTS code
  • UKL17 - Bridgend and Neath Port Talbot
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £3,137,244.51 / Highest offer: £12,783,246.22 taken into consideration


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:781296)

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

Email

paisley@scotcourts.gov.uk

Telephone

+44 1415806322

Country

United Kingdom