Contract notice
Section I: Contracting
authority
I.1) Name and addresses
East Lothian Council
John Muir House
Haddington, East Lothian
EH41 3HA
UK
Contact person: Procurement
Telephone: +44 1620827827
E-mail: procurement@eastlothian.gov.uk
NUTS: UKM73
Internet address(es)
Main address: http://www.eastlothian.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00181
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publiccontractsscotland.gov.uk
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
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:
800 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 2 lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
Lot No: 1
II.2.1) Title
Bus Shelter Supply, Delivery and Installation
II.2.2) Additional CPV code(s)
44212321
II.2.3) Place of performance
NUTS code:
UKM73
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
Criteria below:
Quality criterion: Ethics & Sustainability
/ Weighting: 10
Quality criterion: Materials & Workmanship
/ Weighting: 20
Quality criterion: Quality & Longevity
/ Weighting: 20
Quality criterion: 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.2.9) Information about the limits on the number of candidates to be invited
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.
Lot No: 2
II.2.1) Title
Maintenance and Repair of Bus Shelter infrastructure
II.2.2) Additional CPV code(s)
44212321
II.2.3) Place of performance
NUTS code:
UKM73
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
Criteria below:
Quality criterion: Ethics & Sustainability
/ Weighting: 10
Quality criterion: Materials and workmanship
/ Weighting: 20
Quality criterion: Quality and longevity
/ Weighting: 20
Quality criterion: 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.2.9) Information about the limits on the number of candidates to be invited
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 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).
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about 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:
23/02/2026
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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:
23/02/2026
Local time: 12:00
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’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) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court
27 Chambers Street
Edinburgh
EH1 1LB
UK
VI.5) Date of dispatch of this notice
20/01/2026