Street Lighting Installations and Maintenance Services

A Tender Notice
by EAST RENFREWSHIRE COUNCIL

Source
Find a Tender
Type
Contract (Services)
Duration
3 year
Value
4M
Sector
TRANSPORT
Published
04 Jun 2024
Delivery
To 04 Jul 2027 (est.)
Deadline
04 Jul 2024 12:00

Concepts

Location

Giffnock

Geochart for 2 buyers and 0 suppliers

2 buyers

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.

Renewal Options

Option to extend for a further 12 months.

Award Criteria

2.2 Service Delivery 45.0
2.3 Constraints & Innovation 15.0
2.4 Quality & Training 10.0
2.5 Transition from Existing Supplier 10.0
2.6 Community Benefits 10.0
2.7 Fair Working Practices 5.0
2.9 Sustainability 5.0
PRICE 70.0

CPV Codes

  • 50232000 - Maintenance services of public-lighting installations and traffic lights
  • 50230000 - Repair, maintenance and associated services related to roads and other equipment

Indicators

  • Bids should cover the whole contract.
  • This is a recurring contract.
  • Renewals are available.
  • Financial restrictions apply.
  • Professional qualifications are sought.
  • Award on basis of price.

Other 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. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26727. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-pr... A summary of the expected community benefits has been provided as follows: Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-pr... A summary of the expected community benefits has been provided as follows: East Renfrewshire Council is committed to maximising community benefits from contracts for works, goods and services in which the Council has an interest. Community benefits should improve the economic, social or environmental wellbeing of the area. Under this contract the successful Contractor will be requested to support East Renfrewshire Council’s economic, environmental and social regeneration objectives to achieve benefits for our identified beneficiary hierarchy. Tier 1. Targeted recruitment and training for priority employability groups. Tier 2. Work experience placements for the same target groups. Tier 3. Curriculum support for schools and those on employability pathways. Tier 4. Community Enhancement for community groups and projects. Tier 5. Small and Medium Enterprises and Social Enterprise Organisations supply chain support. Community Benefits has been included as a mandatory requirement. Minimum Community Benefit Points (CBP) Required - 90. (SC Ref:766234)

Reference

Domains