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

A Contract Award Notice
by EAST RENFREWSHIRE COUNCIL

Source
Find a Tender
Type
Contract (Services)
Duration
not specified
Value
___
Sector
INDUSTRIAL
Published
06 Jun 2025
Delivery
not specified
Deadline
n/a

Concepts

Location

East Renfrewshire Council

Geochart for 1 buyers and 2 suppliers

1 buyer

1 supplier

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. 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. 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 Division

1 For major works OVER 1,000,000 GBP
Award Criteria
Quality 70
Quality criterion: Added Value 20%
Quality criterion: Knowledge 20%
Quality criterion: Communication Strategy 20%
Quality criterion: Design and Technical Competence 20%
Quality criterion: Community Benefits 10%
Quality criterion: Fair Work First 5%
Quality criterion: Sustainability 5%
price 30
2 For minor works UNDER 1,000,000 GBP
Award Criteria
Quality 70
Quality criteria: Added Value 20%
Quality criteria: Knowledge 20%
Quality criteria: Communication Strategy 20%
Quality criteria: Design and Technical Competence 20%
Quality criteria: Community Benefits 10%
Quality criteria: Fair Work First 5%
Quality criteria: Sustainability 5%
price 30

Award Detail

1 Unnamed (None)
  • For major works OVER 1,000,000 GBP
  • Reference: 030429-2025-erc000498-1
2 Unnamed (None)
  • For minor works UNDER 1,000,000 GBP
  • Reference: 030429-2025-erc000498-2

CPV Codes

  • 71334000 - Mechanical and electrical engineering services
  • 71333000 - Mechanical engineering services
  • 71530000 - Construction consultancy services

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 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)

Reference

Domains