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
Electrical Installation Condition Reports (EICR)
Reference number
CE 21 22 031
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Electrical Installation Condition Reports (EICR) within the council housing stock on a rolling programme
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50410000 - Repair and maintenance services of measuring, testing and checking apparatus
- 50413000 - Repair and maintenance services of checking apparatus
- 45311100 - Electrical wiring work
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
East Renfrewshire Council are looking to appoint a suitably experienced provider Electrical Installation Condition Reports (EICR) to ensure the council meets its obligations under Housing (Scotland) Act 2014 and which introduced the requirement in Scotland for landlords to have an Electrical Installation Condition Report (EICR) carried out on all electrical installations, fixtures and fittings within their rental properties The contract will also allow for small emergency repair up to value of 50 (GBP) .The work will be carried out to and ensure compliance also with BS7671 18th Edition.
two.2.5) Award criteria
Quality criterion - Name: Sustainability / Weighting: 10
Quality criterion - Name: Complaints / Quality Control / Weighting: 30
Quality criterion - Name: Community Benefits / Weighting: 5
Quality criterion - Name: Fair Working Practices / Weighting: 5
Quality criterion - Name: Methodology & Approach / Weighting: 50
Price - Weighting: 70
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
Council will reserve the right to extend iup to two further 12 month period
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Council reserve the right to undertake small electrical repairs upto 50 GBP or greater if required for Health and Safety Reason . Council also reserve the right to add additional property's such as new build housing , sheltered housing and care homes .
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
Quality weighting above are sub weightings total quality weighting 30 %
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Due to the nature of the works it is mandatory that all of the successful contractor’s staff or staffs of a sub-contractor(s) are accredited under the Construction Skills Competence Scheme (CSCS) or the Scottish Construction Operative Registration Executive (SCORE).
Bidder will require to be Select or NIECIC register to undertake this work .
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 - The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of
insurance cover indicated below:
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
Work must be carried out as per BS 7671 18th Edition.
Previous Experience
Minimum level(s) of standards possibly required
Bidders will be required to provide 2 examples of similar services carried out in the past three years that demonstrate that they have the
relevant experience to deliver the work as described in part II.2.4 of this Contract Notice. The examples provided must be of a similar
value, size and scope.
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.2.2) Time limit for receipt of tenders or requests to participate
Date
30 September 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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
30 September 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 19375. 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 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.
(SC Ref:663716)
six.4) Procedures for review
six.4.1) Review body
Paisley Sheriff Court and Justice of the Peace Court
St James Street
Paisley
PA3 2HW
Telephone
+44 1418875291
Country
United Kingdom