Supply, Installation, Maintenance & Replacement of Bus Shelters

A Contract Award Notice
by EAST LOTHIAN COUNCIL

Source
Find a Tender
Type
Contract (Supply)
Duration
2 year (est.)
Value
£800K
Sector
CONSTRUCTION
Published
24 Apr 2026
Delivery
To 23 Apr 2028 (est.)
Deadline
n/a

Related Terms

Location

East Lothian

Geochart for 2 buyers and 2 suppliers

2 buyers

1 supplier

Description

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

Lot Division

1 Bus Shelter Supply, Delivery and Installation

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.

Award Criteria
Ethics & Sustainability 10.0
Materials & Workmanship 20.0
Quality & Longevity 20.0
Safety 10.0
PRICE 40.0
2 Maintenance and Repair of Bus Shelter infrastructure

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.

Award Criteria
Ethics & Sustainability 10.0
Materials and workmanship 20.0
Quality and longevity 20.0
Safety 10.0
PRICE 40.0

Award Detail

1 Commutaports (Glasgow)
  • Bus Shelter Supply, Delivery and Installation
  • Num offers: 2
  • Value: £400,000
  • Contractor is an SME.
2 Commutaports (Glasgow)
  • Maintenance and Repair of Bus Shelter infrastructure
  • Num offers: 1
  • Value: £400,000
  • Contractor is an SME.

CPV Codes

  • 44212321 - Bus shelters

Indicators

  • Award on basis of price.

Other 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. 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.). (SC Ref:830341)

Reference

  • FTS 037701-2026

Domains