色猫直播 Contract Leads
No location provided
Category Goods
Type
No. of Lots 2
Status Active
Published 20th Jan 2026
| Reference | ocds-h6vhtk-06097b |
| Common Procurement Vocabulary | Bus shelters |
| Procurement Method | Open procedure |
| Value | £800,000 |
No location provided
Category Goods
Type
No. of Lots 2
Status Active
Published 20th Jan 2026
| Reference | ocds-h6vhtk-06097b |
| Common Procurement Vocabulary | Bus shelters |
| Procurement Method | Open procedure |
| Value | £800,000 |
Section I: Contracting authority
I.1) Name and addresses
East Lothian Council
John Muir House
Haddington, East Lothian
EH41 3HA
Contact
Procurement
procurement [at] eastlothian.gov.uk
Telephone
+44 1620827827
Country
United Kingdom
NUTS code
UKM73 - East Lothian and Midlothian
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Supply, Installation, Maintenance & Replacement of Bus Shelters
Reference number
ELC-25-0607
II.1.2) Main CPV code
- 44212321 - Bus shelters
II.1.3) Type of contract
Supplies
II.1.4) Short description
Supply, Installation, Maintenance & Repair of Bus Shelters within East Lothian.
II.1.5) Estimated total value
Value excluding VAT: 拢800,000
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
II.2.1) Title
Bus Shelter Supply, Delivery and Installation
Lot No
1
II.2.2) Additional CPV code(s)
- 44212321 - Bus shelters
II.2.3) Place of performance
NUTS codes
- UKM73 - East Lothian and Midlothian
Main site or place of performance
East Lothian
II.2.4) Description of the procurement
East Lothian Council intends to appoint a supplier/suppliers for the supply, delivery and installation of new bus shelters to support enhanced bus services throughout the county.
II.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
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract may be extended by East Lothian Council for a further 2 periods of 1 year.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.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.
II.2) Description
II.2.1) Title
Maintenance and Repair of Bus Shelter infrastructure
Lot No
2
II.2.2) Additional CPV code(s)
- 44212321 - Bus shelters
II.2.3) Place of performance
NUTS codes
- UKM73 - East Lothian and Midlothian
Main site or place of performance
East Lothian
II.2.4) Description of the procurement
East Lothian Council intends to appoint a supplier/suppliers to efficiently maintain existing bus shelters and repair where necessary on a like-for-like basis throughout the county.
II.2.5) Award criteria
Quality criterion - Name: Ethics & Sustainability / Weighting: 10
Quality criterion - Name: Materials and workmanship / Weighting: 20
Quality criterion - Name: Quality and longevity / Weighting: 20
Quality criterion - Name: Safety / Weighting: 10
Price - Weighting: 40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract may be extended by East Lothian Council for 2 further periods of 1 year.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.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.
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria
It is a requirement that tenderers financial standing will pass the requirements of the East Lothian Council financial health evaluation (Appendix 2: Financial Health Evaluation Flowchart).
The tenderer must hold or commit to obtain, prior to the commencement of the Contract the following types and levels of insurance:
- Employers Liability Insurance GBP 5m each and every claim.
- Public Liability Insurance GBP 10m each and every claim.
- Contractors All Risk GBP 2m each and every claim.
Minimum level(s) of standards possibly required
The financial information will be evaluated using the East Lothian Council financial health evaluation flowchart (available in the attachments section on PCS). The financial information provided will require to meet the following criteria:
i) The ratio of total assets to total liabilities (net assets) should be positive in 2 out of 3 years.
ii) The accounts should not show a loss in 2 consecutive years.
iii) The accounts should not show a loss in 1 year and negative net current assets in any 1 year.
Where the information provided does not meet item (i) but there is an improving trend East Lothian Council may consider items (ii) and (iii) and will have discretion, with regard to the evidence provided and taking into account the level of risk to East Lothian Council, as to whether a bidder will pass this requirement.
The tenderer will be required to submit evidence in the form of their audited accounts or equivalent (as detailed in the tender documents) for the most recent 2 years (2 sets of signed, audited accounts), along with details of any significant changes since the last year end.
III.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders will be required to provide examples that demonstrate their experience and ability to deliver contracts, similar in nature to the requirements of this contract relevant as described in part II.2.4 of the Contract Notice. Please provide at least 2 examples of projects carried out during the last 3 years (Appendix 1).
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
23 February 2026
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
23 February 2026
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 15/01/28
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.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鈥檚 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鈥檚 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.).
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
As part of the Councils wider duties towards its citizens, the Council wishes to engage with suppliers to delivery benefits to our young people, through work experience opportunities, training opportunities or links with schools as well as engaging in supply chain initiatives. The successful supplier will be required to engage with East Lothian Works for the delivery of the relevant community benefits.
(SC Ref:819754)
Download the ESPD document here:
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom
