Section one: Contracting authority
one.1) Name and addresses
East Renfrewshire Council
Eastwood HQ, Eastwood Park,
Giffnock
G46 6UG
Contact
Sean Skelton
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
Country
United Kingdom