Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  East Renfrewshire Council
  Eastwood HQ, Eastwood Park,
  Giffnock
  G46 6UG
  UK
  
            Contact person: Sean Skelton
  
            E-mail: sean.skelton@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.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publictendersscotland.publiccontractsscotland.gov.uk
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
Portable Appliance Testing (PAT Testing) 2024-2026
            Reference number: ERC000384
  II.1.2) Main CPV code
  71630000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  The inspection and testing including hand over documentation and reports on condition of equipment including faults of all portable electrical equipment and appliances in all council buildings including educational properties located within the existing boundaries of ERC.
  Inspection and testing shall only be undertaken by fully trained, qualified and endorsed electrical personnel in accordance with the IET Code of Practice for in-service inspection and testing of electrical equipment
  II.1.5) Estimated total value
  Value excluding VAT: 
			300 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.3) Place of performance
    NUTS code:
    UKM83
    II.2.4) Description of the procurement
    Route 3 Open Procurement exercises for a servicing contract
    The primary objective of the contract is to ensure best value whilst ensuring the works are carried out in a professional manner and in a safe working environment.
    Further objectives include appointing an experienced contractor who has:
    -A proven track record in operating safe sites and delivering on time, cost and quality;
    -The capacity to deliver the works and the programme within the timescales
    -Financial stability;
    -Insurance provisions in place; and
    -A robust approach and methodology to delivering the works whilst meeting all statutory requirements.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Service Delivery
                    / Weighting: 30
    
                    Quality criterion: Contract management
                    / Weighting: 20
    
                    Quality criterion: Complaints Procedure
                    / Weighting: 20
    
                    Quality criterion: Sustainability
                    / Weighting: 15
    
                    Quality criterion: Fair Work Practices & Living Wage
                    / Weighting: 5
    
                    Quality criterion: Community Benefits
                    / Weighting: 10
    
                    Price
                    
                      / Weighting: 
                      70
    II.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 Reservice the right to extend up to a further 24 moths
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    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
    Total Technical weighting is 30 %
   
 
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
  III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
  List and brief description of conditions:
  Inspection and testing shall only be undertaken by fully trained, qualified and endorsed electrical personnel in accordance with The IET Code of Practice for In-service Inspection and Testing of Electrical Equipment(5th Edition).
  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).
  III.1.2) Economic and financial standing
  Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
  Selection criteria as stated in the procurement documents
 
III.2) Conditions related to the contract
  III.2.2) Contract performance conditions
  SBCC Measured Term Contract for use in Scotland (MTC/Scot) 2011 Edition incorporating Public Sector Supplement 2011.
  III.2.3) Information about staff responsible for the performance of the contract
  Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
 
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.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              02/05/2024
  
                Local time: 12:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
  IV.2.6) Minimum time frame during which the tenderer must maintain the tender
  
                Duration in months: 6 (from the date stated for receipt of tender)
              
  IV.2.7) Conditions for opening of tenders
  
              Date:
              02/05/2024
  
              Local time: 12:00
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        Yes
      
Estimated timing for further notices to be published:
Yes council will bring this back to market upon expiry of contract
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26325. 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.
(SC Ref:762045)
VI.4) Procedures for review
  VI.4.1) Review body
  
    Paisley Sheriff Court and Justice of the Peace Court
    Paisley
    PA3 2HW
    UK
   
 
VI.5) Date of dispatch of this notice
02/04/2024