Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Supply, Installation, Maintenance & Replacement of Bus Shelters

  • First published: 21 January 2026
  • Last modified: 21 January 2026
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-06097b
Published by:
East Lothian Council
Authority ID:
AA21139
Publication date:
21 January 2026
Deadline date:
23 February 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Supply, Installation, Maintenance & Repair of Bus Shelters within East Lothian.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
44212321 Bus shelters Structural products and parts except prefabricated buildings

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@eastlothian.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.