Hysbysiad dyfarnu contract
Canlyniadau'r weithdrefn gaffael
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
East Renfrewshire Council
Eastwood HQ, Eastwood Park,
Giffnock
G46 6UG
UK
Person cyswllt: Susan Chisusu
E-bost: susan.chisusu@eastrenfrewshire.gov.uk
NUTS: UKM83
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.eastrenfrewshire.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183
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
Provision of the Mechanical and Electrical Consultancy Services Framework 2025 - 2027
Cyfeirnod: ERC000498
II.1.2) Prif god CPV
71334000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Mechanical and Electrical Consultancy Engineering support on projects undertaken by Property and Technical Services, in the absence of in-house Mechanical and Electrical
Engineering professionals.
This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure.
Bidders must self-certify their adherence to the conditions of participation via the SPD (Scotland) in PSC-T, and may be required to submit
Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice
when completing the SPD in PCS-T.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
For major works OVER 1,000,000 GBP
II.2.2) Cod(au) CPV ychwanegol
71334000
71333000
71530000
II.2.3) Man cyflawni
Cod NUTS:
UKM83
Prif safle neu fan cyflawni:
East Renfrewshire Council
II.2.4) Disgrifiad o’r caffaeliad
East Renfrewshire Council is inviting tenders, from suitably qualified companies for the provision of Mechanical and Electrical Engineering consultancy services on a framework agreement. The framework will be utilised on projects undertaken by Property and Technical Services, in the absence of in-house Mechanical and Electrical Engineering professionals.
The framework will consist of two Lots as follows:
1. Lot 1 – for major works over 1,000,000 GBP
2. Lot 2 – for minor works under 1,000,000 GBP
The tenderers can apply for one Lot or both Lots. Five suppliers will appointed on Lot 1 and three suppliers appointed on Lot 2.
II.2.5) Meini prawf dyfarnu
Maes prawf ansawdd: Quality
/ Pwysoliad: 70
Maes prawf ansawdd: Quality criterion: Added Value
/ Pwysoliad: 20%
Maes prawf ansawdd: Quality criterion: Knowledge
/ Pwysoliad: 20%
Maes prawf ansawdd: Quality criterion: Communication Strategy
/ Pwysoliad: 20%
Maes prawf ansawdd: Quality criterion: Design and Technical Competence
/ Pwysoliad: 20%
Maes prawf ansawdd: Quality criterion: Community Benefits
/ Pwysoliad: 10%
Maes prawf ansawdd: Quality criterion: Fair Work First
/ Pwysoliad: 5%
Maes prawf ansawdd: Quality criterion: Sustainability
/ Pwysoliad: 5%
Price
/ Pwysoliad:
30
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 8 and 9 of the Procurement (Scotland) Regulations 2016.
Rhif y Lot 2
II.2.1) Teitl
For minor works UNDER 1,000,000 GBP
II.2.2) Cod(au) CPV ychwanegol
71334000
71333000
71530000
II.2.3) Man cyflawni
Cod NUTS:
UKM83
Prif safle neu fan cyflawni:
East Renfrewshire Council
II.2.4) Disgrifiad o’r caffaeliad
East Renfrewshire Council is inviting tenders, from suitably qualified companies for the provision of Mechanical and Electrical Engineering consultancy services on a framework agreement. The framework will be utilised on projects undertaken by Property and Technical Services, in the absence of in-house Mechanical and Electrical Engineering professionals.
The framework will consist of two Lots as follows:
1. Lot 1 – for major works over 1,000,000 GBP
2. Lot 2 – for minor works under 1,000,000 GBP
The tenderers can apply for one Lot or both Lots. Five suppliers will appointed on Lot 1 and three suppliers appointed on Lot 2.
II.2.5) Meini prawf dyfarnu
Maes prawf ansawdd: Quality
/ Pwysoliad: 70
Maes prawf ansawdd: Quality criteria: Added Value
/ Pwysoliad: 20%
Maes prawf ansawdd: Quality criteria: Knowledge
/ Pwysoliad: 20%
Maes prawf ansawdd: Quality criteria: Communication Strategy
/ Pwysoliad: 20%
Maes prawf ansawdd: Quality criteria: Design and Technical Competence
/ Pwysoliad: 20%
Maes prawf ansawdd: Quality criteria: Community Benefits
/ Pwysoliad: 10%
Maes prawf ansawdd: Quality criteria: Fair Work First
/ Pwysoliad: 5%
Maes prawf ansawdd: Quality criteria: Sustainability
/ Pwysoliad: 5%
Price
/ Pwysoliad:
30
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 8 and 9 of the Procurement (Scotland) Regulations 2016.
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.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2025/S 000-020066
Section V: Dyfarnu contract
Rhif y Lot: 1
Rhif Contract: ERC000498
Teitl: For major works OVER 1,000,000 GBP
Dyfernir contract/lot:
Na
V.1 Gwybodaeth am benderfyniad i beidio â dyfarnu
Ni ddyfernir y contract/lot
Rhesymau eraill (dirwyn y weithdrefn i ben)
Section V: Dyfarnu contract
Rhif y Lot: 2
Rhif Contract: ERC000498
Teitl: For minor works UNDER 1,000,000 GBP
Dyfernir contract/lot:
Na
V.1 Gwybodaeth am benderfyniad i beidio â dyfarnu
Ni ddyfernir y contract/lot
Rhesymau eraill (dirwyn y weithdrefn i ben)
Section VI: Gwybodaeth ategol
VI.3) Gwybodaeth ychwanegol
Prompt Payment-The successful tenderer shall, as a condition of being awarded the contract, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these services are paid timeously and that as a minimum invoices rendered by subcontractors shall(unless formally disputed by the tenderer)be paid within 30 days
of receipt. The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any.
The Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Failure to supply the information within timeframe requested may result in your bid being rejected & the Council proceeding with the procurement exercise to the next appropriate bidder. Additional information pertaining to this contract notice is contained within the Tender documents. Applicants must ensure they read in line with this contract notice.
Bidders who intend to use a supply chain to deliver the requirements detailed in the Contract Notice, must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. Bidders must provide a response at SPD Q4.C.4 and this will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:
a) their standard payment terms.
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.
Bidders unable to confirm (b) must provide an improvement plan, signed by their Director, which improves payment performance. It should be noted that where a bidder is unable to confirm or provide a satisfactory improvement plan the Council reserves the right to remove you from the process.
Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2C.1 of the qualification envelope.
(SC Ref:800969)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Paisley Sheriff Court and Justice of the Peace
Paisley
PA3 2HW
UK
E-bost: paisley@scotcourts.gov.uk
VI.5) Dyddiad anfon yr hysbysiad hwn
06/06/2025