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.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
Servicing ,Repairs and Maintenance to Lifts within East Renfrewshire Council
Reference number
ERC000316
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
A summary of key services included within the contact are:
- Statutory maintenance of Fire Alarm Systems.
- Statutory maintenance of Intruder Alarm Systems.
- Provision of a 24/7/365 reactive repairs service to the above mentioned systems.
- Provision of a 24/7/365 alarm monitoring service.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 31625200 - Fire-alarm systems
- 50413200 - Repair and maintenance services of firefighting equipment
- 31625100 - Fire-detection systems
- 75251110 - Fire-prevention services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
Open Route 3 Procurement Exercise to appoint a single contract to deliver regular servicing of all alarms throughout the Council. Works also include but not limited to the general repairs and maintenance of various East Renfrewshire Council Buildings on a 24-hour 365 days emergency response service in accordance with the priority schedule detailed in the contract document to enable emergency work to be carried out in compliance with the Contract Conditions.
Contract also includes a prevision for reactive works and replacements of alarms systems on an ad hoc basis .
two.2.5) Award criteria
Quality criterion - Name: Planned Maintenance Requirements / Weighting: 20
Quality criterion - Name: Contract management / Weighting: 20
Quality criterion - Name: Technical Ability / Weighting: 20
Quality criterion - Name: Resources / Weighting: 20
Quality criterion - Name: Community Benefits / Weighting: 10
Quality criterion - Name: Net Zero / Weighting: 5
Quality criterion - Name: Fair work / Weighting: 5
Price - Weighting: 70
two.2.11) Information about options
Options: Yes
Description of options
The Council reserves the right to spend up to an additional 125,000 GBP (excluding VAT) annually on capital works that may be identified during the course of the contract. This will be subject to the capability and capacity of the winning contractor as well as best value being demonstrated.
For the avoidance of doubt bidders should note that this additional amount is not guaranteed or implied.
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
The Council reserves the right to spend up to an additional 125,000 GBP (excluding VAT) annually on capital works that may be identified during the course of the contract.
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-002325
Section five. Award of contract
Contract No
ERC000316
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section six. Complementary information
six.3) Additional information
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25165. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
East Renfrewshire Council is committed to maximising community benefits from contracts for works, goods and services in which the
Council has an interest. Community benefits should improve the economic, social or environmental wellbeing of the area. Under this contract the successful Contractor will be requested to support East Renfrewshire Council’s economic, environmental and social regeneration objectives to achieve benefits for our identified beneficiary hierarchy.
Tier 1. Targeted recruitment and training for priority employability groups.
Tier 2. Work experience placements for the same target groups.
Tier 3. Curriculum support for schools and those on employability pathways.
Tier 4. Community Enhancement for community groups and projects.
Tier 5. Small and Medium Enterprises and Social Enterprise Organisations supply chain support.
Community Benefits has been included as a mandatory requirement. Minimum Community Benefit Points (CBP) Required - 10 Community Benefits points per year of the contract
(SC Ref:756075)
six.4) Procedures for review
six.4.1) Review body
Paisley Sheriff Court and Justice of the Peace Court
Paisley
PA3 2HW
Country
United Kingdom