Tender

Small Works Mechanical and Electrical Consultancy Services

  • East Renfrewshire Council

F02: Contract notice

Notice identifier: 2021/S 000-001237

Procurement identifier (OCID): ocds-h6vhtk-028c2b

Published 21 January 2021, 12:56pm



Section one: Contracting authority

one.1) Name and addresses

East Renfrewshire Council

Eastwood HQ, Eastwood Park,

Giffnock

G46 6UG

Contact

Sean Skelton

Email

sean.skelton@eastrenfrewshire.gov.uk

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.eastrenfrewshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publictendersscotland.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Small Works Mechanical and Electrical Consultancy Services

Reference number

CE 20 21 052

two.1.2) Main CPV code

  • 71321000 - Engineering design services for mechanical and electrical installations for buildings

two.1.3) Type of contract

Services

two.1.4) Short description

East Renfrewshire Council is looking to establish a contract to provide it's property and technical service a term consultants they can use to undertake small Mechanical and Electrical Consultancy services as part of capital plan and other works.

The majority of these appointments will have a purchase order value between 1000 - 10000 (GBP)

two.1.5) Estimated total value

Value excluding VAT: £250,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71320000 - Engineering design services
  • 71321200 - Heating-system design services
  • 71321300 - Plumbing consultancy services
  • 71321400 - Ventilation consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

East Renfrewshire Council is looking to establish a single contract for the provision of mechanical and electrical engineering consultancy services.

The aims of this procurement exercise is to :

-Provide property and technical service a consultant they can use to undertake mechanical and Electrical Consultancy service as part of capital plan

-To provide a contract that allows flexibility and supports PATS and wider council's workplan.

-To allow relationship to be built throughout the duration of the contract.

two.2.5) Award criteria

Quality criterion - Name: Added Value / Weighting: 15

Quality criterion - Name: Knowledge / Weighting: 30

Quality criterion - Name: Communication Stratergy / Weighting: 15

Quality criterion - Name: Design & Technical Competence / Weighting: 25

Quality criterion - Name: Construction / Commissioning / Weighting: 15

Price - Weighting: 30

two.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 council Reserve the right to extend for a further X 12 months period Up to the value of 125,000 GBP per annum

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Weightings for technical requirement are sub weighting and total technical weighting is 70 %


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

1.Credit Check

2. The Council reserves the right at its own discretion to seek such other 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.

3. Insurances

Minimum level(s) of standards possibly required

1.To establish the financial standing of a potential Tenderer, the Council will firstly take into account a risk report provided independently by Credit Safe. Tenders are asked to provide their company number so that the council can run this report.

Within such reports, the risk of business failure is expressed as a score ranging from 1 -100.

In the event that a company is determined to have a risk failure rating of below 30 i.e. that the company is considered to have a high risk of business failure, the submission will not be considered further.

3. Bidders must hold or commit to obtaining the following insurances :

Professional Indemnity - Minimum level 2 M (GBP)

Public Liability insurance - Minimum level of cover 5m (GBP)

Employers Liability Insurance - Minimum level of cover 5m (GBP)

three.1.3) Technical and professional ability

List and brief description of selection criteria

1.Bidders for both Lot 1/2 staff delivering this contract must hold Full membership of Chartered Institute of Building Services engineers

2. Previous Experience

Minimum level(s) of standards possibly required

1 . Hold minimum of Full membership of Chartered Institute of Building Services engineers

2.Provide 3 relevant examples of similar contracts as described in the tender documents i.e providing Mechanical and Electrical Consultancy services

Examples should include:

-Name of organisation, contract value, contract duration (including start and end dates, in month / year format) and type of services provided.

-You should provide a brief narrative for each project in the form of a case study with a brief description, noting challenges, resolutions and opportunities that each project presented and whether the project was completed on time and within budget.

-References should be included for the above noted example projects. Name of contact within Client's organisation and their contact details, who may be contacted for further information;

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 4

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

26 February 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

26 February 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17761. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

East Renfrewshire Council’s Sustainable Procurement Policy seeks to maximise the environmental and social impacts of all procurements relating to works. To this end the bidder is asked to outline your approach to satisfying the Community Benefit Points requirements.

(SC Ref:641013)

six.4) Procedures for review

six.4.1) Review body

Paisley Sheriff Court and Justice of the Peace Court

Paisley

Email

paisley@scotcourts.gov.uk

Country

United Kingdom