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 Notice

Portable Appliance Testing (PAT Testing) 2024-2026

  • First published: 03 April 2024
  • Last modified: 03 April 2024

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-044ec7
Published by:
East Renfrewshire Council
Authority ID:
AA22126
Publication date:
03 April 2024
Deadline date:
02 May 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

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

Coding

Commodity categories

ID Title Parent category
71630000 Technical inspection and testing services Technical testing, analysis and consultancy 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:
sean.skelton@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.