Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
East Lothian Council
John Muir House
Haddington, East Lothian
EH41 3HA
UK
Person cyswllt: Procurement
Ffôn: +44 1620827827
E-bost: procurement@eastlothian.gov.uk
NUTS: UKM73
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.eastlothian.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00181
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
www.publiccontractsscotland.gov.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
www.publiccontractsscotland.gov.uk
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Supply, Installation, Maintenance & Replacement of Bus Shelters
Cyfeirnod: ELC-25-0607
II.1.2) Prif god CPV
44212321
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
Supply, Installation, Maintenance & Repair of Bus Shelters within East Lothian.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 800 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer uchafswm nifer o 2 lotiau
Uchafswm y lotiau y gellir eu dyfarnu i un tendrwr: 2
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Bus Shelter Supply, Delivery and Installation
II.2.2) Cod(au) CPV ychwanegol
44212321
II.2.3) Man cyflawni
Cod NUTS:
UKM73
Prif safle neu fan cyflawni:
East Lothian
II.2.4) Disgrifiad o’r caffaeliad
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) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Ethics & Sustainability
/ Pwysoliad: 10
Maes prawf ansawdd: Materials & Workmanship
/ Pwysoliad: 20
Maes prawf ansawdd: Quality & Longevity
/ Pwysoliad: 20
Maes prawf ansawdd: Safety
/ Pwysoliad: 10
Price
/ Pwysoliad:
40
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 24
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The contract may be extended by East Lothian Council for a further 2 periods of 1 year.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
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.
Rhif y Lot 2
II.2.1) Teitl
Maintenance and Repair of Bus Shelter infrastructure
II.2.2) Cod(au) CPV ychwanegol
44212321
II.2.3) Man cyflawni
Cod NUTS:
UKM73
Prif safle neu fan cyflawni:
East Lothian
II.2.4) Disgrifiad o’r caffaeliad
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) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Ethics & Sustainability
/ Pwysoliad: 10
Maes prawf ansawdd: Materials and workmanship
/ Pwysoliad: 20
Maes prawf ansawdd: Quality and longevity
/ Pwysoliad: 20
Maes prawf ansawdd: Safety
/ Pwysoliad: 10
Price
/ Pwysoliad:
40
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 24
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The contract may be extended by East Lothian Council for 2 further periods of 1 year.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
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: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
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.
Lefel(au) gofynnol y safonau sydd eu hangen:
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) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
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).
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
23/02/2026
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 3 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
23/02/2026
Amser lleol: 12:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:
15/01/28
VI.2) Gwybodaeth am lifau gwaith electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
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.).
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=819754.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
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: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=819754
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Edinburgh Sheriff Court
27 Chambers Street
Edinburgh
EH1 1LB
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
20/01/2026