Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
East Renfrewshire Council
Eastwood HQ, Eastwood Park,
Giffnock
G46 6UG
UK
Contact person: Susan Chisusu
E-mail: susan.chisusu@eastrenfrewshire.gov.uk
NUTS: UKM83
Internet address(es)
Main address: http://www.eastrenfrewshire.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of the Mechanical and Electrical Consultancy Services Framework 2025 - 2027
Reference number: ERC000498
II.1.2) Main CPV code
71334000
II.1.3) Type of contract
Services
II.1.4) Short description
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.1.6) Information about lots
This contract is divided into lots:
Yes
II.2) Description
Lot No: 1
II.2.1) Title
For major works OVER 1,000,000 GBP
II.2.2) Additional CPV code(s)
71334000
71333000
71530000
II.2.3) Place of performance
NUTS code:
UKM83
Main site or place of performance:
East Renfrewshire Council
II.2.4) Description of the procurement
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) Award criteria
Quality criterion: Quality
/ Weighting: 70
Quality criterion: Quality criterion: Added Value
/ Weighting: 20%
Quality criterion: Quality criterion: Knowledge
/ Weighting: 20%
Quality criterion: Quality criterion: Communication Strategy
/ Weighting: 20%
Quality criterion: Quality criterion: Design and Technical Competence
/ Weighting: 20%
Quality criterion: Quality criterion: Community Benefits
/ Weighting: 10%
Quality criterion: Quality criterion: Fair Work First
/ Weighting: 5%
Quality criterion: Quality criterion: Sustainability
/ Weighting: 5%
Price
/ Weighting:
30
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
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.
Lot No: 2
II.2.1) Title
For minor works UNDER 1,000,000 GBP
II.2.2) Additional CPV code(s)
71334000
71333000
71530000
II.2.3) Place of performance
NUTS code:
UKM83
Main site or place of performance:
East Renfrewshire Council
II.2.4) Description of the procurement
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) Award criteria
Quality criterion: Quality
/ Weighting: 70
Quality criterion: Quality criteria: Added Value
/ Weighting: 20%
Quality criterion: Quality criteria: Knowledge
/ Weighting: 20%
Quality criterion: Quality criteria: Communication Strategy
/ Weighting: 20%
Quality criterion: Quality criteria: Design and Technical Competence
/ Weighting: 20%
Quality criterion: Quality criteria: Community Benefits
/ Weighting: 10%
Quality criterion: Quality criteria: Fair Work First
/ Weighting: 5%
Quality criterion: Quality criteria: Sustainability
/ Weighting: 5%
Price
/ Weighting:
30
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-020066
Section V: Award of contract
Lot No: 1
Contract No: ERC000498
Title: For major works OVER 1,000,000 GBP
A contract/lot is awarded:
No
V.1 Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section V: Award of contract
Lot No: 2
Contract No: ERC000498
Title: For minor works UNDER 1,000,000 GBP
A contract/lot is awarded:
No
V.1 Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section VI: Complementary information
VI.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.
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.
(SC Ref:800969)
VI.4) Procedures for review
VI.4.1) Review body
Paisley Sheriff Court and Justice of the Peace
Paisley
PA3 2HW
UK
E-mail: paisley@scotcourts.gov.uk
VI.5) Date of dispatch of this notice
06/06/2025