Hysbysiad contract
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.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.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
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.1.5) 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 pob lot
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
Maen prawf isod:
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.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 800 000.00 GBP
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:
Option to extend further for 2 x 12 months
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 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
Maen prawf isod:
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.2.7) 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:
Option to extend further 2 x 12 months
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 8 and 9 of the Procurement (Scotland) Regulations 2016.
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
Must be a member of Chartered Institute of Building Services Engineers
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Bidders will be required to have a minimum yearly “specific” turnover of 400,000 GBP for the last 2 years in the business area covered by the contract. (If route 2 the yellow text is not required and only the section below will apply)
The Council reserves the right at its own discretion to seek information from the applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to determine the Applicant’s economic and financial standing.
East Renfrewshire Council requires to ensure that the economic operator has the necessary economic and financial capacity to perform and complete the contract. In the current difficult economic environment, the Council seeks to ensure that the contractor who undertakes the works has suitable financial strength and capacity to complete these goods, works or services.
Where an economic operator wishes to be considered for selection under this contract but cannot meet the turnover and/or Credit Safe score of 30 that economic operator must provide financial information which will satisfy the Council that they have an equivalent level of economic and financial standing; and must provide related guarantees or formal assurances to support their right to participate and be considered for any contract award (Regulation 61(8)). Please note that any financial information disclosed should evidence the financial strength of the economic operator tendering, therefore additional supporting information will need to be provided where joint or group accounts are provided in support of a bid to explain to the Council the relevance of that information.
Where the economic bidder relies upon or intends to reply upon any Key Subcontractors in performance of the contract, then the Council reserves the right to assess the financial strength and suitability the Key subcontractor as part of the qualification process; Where the economic operator relies upon a parent company to provide financial assurance in support of their bid, the Council will also reserve the right to seek financial information on the strength and suitability of the parent company; and
Where the economic operator relies upon the capacity of other parties in respect of selection and/or performance of the contract, then dependent on the nature of the arrangement the Council may require full disclosure of financial information in support of the bid. For example, where the bidder identifies as a consortium the Council will require that the consortium, as a group, can meet the financial selection requirements contained in the procurement documents. Where a bidder is part of a Consortium, it shall procure the execution and delivery to the Employer of a Consortium Guarantee (in the form provided by the council) executed by each member of the Consortium (acting as Consortium guarantor) in Self Proving Form.
The Council reserves the right to monitor that the economic operator continues to meet the financial selection requirements upon receipt of the invitation to tender or after evaluation has been completed and prior to any award being made. Economic operators must inform the Council of any changes to any submission made by them in respect of their financial and or economic situation. The Council will further reserve the right to remove any economic operator from the tendering process where they are no longer able to fulfil any of the selection requirements as directed within the procurement documents.
Further detail is contained within the procurement documents.
Bidders who cannot meet the required level of turnover will be excluded from this tender.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 10 million GBP
Public Liability Insurance 5 million GBP
Professional Indemnity Insurance 2 million GBP
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
As stated in the procurement documents
III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract
Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
The procurement involves the establishment of a framework agreement with several operators.
Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 8
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:
13/06/2025
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: 6 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
13/06/2025
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:
Towards the end of the framework agreement
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27994. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
Community Benefits has been included as a mandatory requirement.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27994. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:798127)
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
09/05/2025