Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Provision of the Mechanical and Electrical Consultancy Services Framework 2025 - 2027

  • First published: 17 June 2025
  • Last modified: 17 June 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-050fb7
Published by:
East Renfrewshire Council
Authority ID:
AA22126
Publication date:
17 June 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
71530000 Construction consultancy services Construction-related services
71334000 Mechanical and electrical engineering services Miscellaneous engineering services
71333000 Mechanical engineering services Miscellaneous engineering services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
susan.chisusu@eastrenfrewshire.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.