Notice Information
Notice Title
Multi Trades Measured Term Contract 2023-27
Notice Description
East Renfrewshire Council invited tenders, from suitably qualified contractors for the provision of a Multi Trades Measured Term Contract 2023-27. The works mainly comprise of Joinery and Builder work. The works to be undertaken by the successful contractor include, but are not limited to, general down takings, repairs, alterations, refurbishment/ replacement, reinstatement and maintenance of various East Renfrewshire Council buildings including Education properties, in a multi-trade environment. A 24 hour 365 days emergency response service is required in accordance with the priority schedule detailed in the contract documents, to enable emergency work to be carried out in compliance with the contract conditions. Consequently the successful contractor shall be expected to form part of a team, be adaptable, conscientious and be able to carry out instructions with the minimum supervision to allow the efficient completion of works orders. This procurement was conducted via the Public Contracts Scotland - Tender portal (PCS-T). We applied a one stage Open procedure. Bidders self certified their adherence to the conditions of participation via the SPD (Scotland) in PSC-T, and submitted Means of Proof before contract award. Bidders referred to the specific requirements listed in Section III in this OJEU Contract Notice when completing the SPD in PCS-T.
Lot Information
Lot 1
East Renfrewshire Council invited tenders, from suitably qualified contractors for the provision of a Multi Trades Measured Term Contract 2023-27. The works mainly comprise of Joinery and Builder work. The works to be undertaken by the successful contractor include, but are not limited to, general down takings, repairs, alterations, refurbishment/ replacement, reinstatement and maintenance of various East Renfrewshire Council buildings including Education properties, in a multi-trade environment. A 24 hour 365 days emergency response service is required in accordance with the priority schedule detailed in the contract documents, to enable emergency work to be carried out in compliance with the contract conditions. Consequently the successful contractor shall be expected to form part of a team, be adaptable, conscientious and be able to carry out instructions with the minimum supervision to allow the efficient completion of works orders. Additional information: The Council reserves the right to spend up to an additional 150,000 GBP (excluding VAT) annually on capital works that may be identified during the course of the contract. 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.
Options: The Council reserves the right to spend up to an additional 150,000 GBP (excluding VAT) annually on capital works that may be identified during the course of the contract. This will be subject to the capability and capacity of the winning contractor as well as best value being demonstrated. For the avoidance of doubt bidders should note that this additional amount is not guaranteed or implied and will only be utilised should the winning contractor be performing effectively, have capacity when such works arise and provide a quick cost effective option for such spend.
Renewal: Up to 2 x 12 month extensions at the discretion of the Council subject to budget availability and performance
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-040180
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/002062-2024
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
-
- CPV Codes
50700000 - Repair and maintenance services of building installations
Notice Value(s)
- Tender Value
- £1,000,000 £1M-£10M
- Lots Value
- £1,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £1,000,000 £1M-£10M
Notice Dates
- Publication Date
- 22 Jan 20242 years ago
- Submission Deadline
- 20 Oct 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 15 Jan 20242 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Q1 2027
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- EAST RENFREWSHIRE COUNCIL
- Contact Name
- Chris Turner
- Contact Email
- christurner@eastrenfrewshire.gov.uk
- Contact Phone
- +44 7587342868
Buyer Location
- Locality
- GIFFNOCK
- Postcode
- G46 6UG
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
- Delivery Location
- TLM83 Inverclyde, East Renfrewshire, and Renfrewshire
-
- Local Authority
- East Renfrewshire
- Electoral Ward
- Giffnock and Thornliebank
- Westminster Constituency
- East Renfrewshire
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-040180-2024-01-22T11:43:46Z",
"date": "2024-01-22T11:43:46Z",
"ocid": "ocds-h6vhtk-040180",
"description": "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 (SC Ref:755836)",
"initiationType": "tender",
"tender": {
"id": "ERC000282",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Multi Trades Measured Term Contract 2023-27",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "50700000",
"description": "Repair and maintenance services of building installations"
},
"mainProcurementCategory": "services",
"description": "East Renfrewshire Council invited tenders, from suitably qualified contractors for the provision of a Multi Trades Measured Term Contract 2023-27. The works mainly comprise of Joinery and Builder work. The works to be undertaken by the successful contractor include, but are not limited to, general down takings, repairs, alterations, refurbishment/ replacement, reinstatement and maintenance of various East Renfrewshire Council buildings including Education properties, in a multi-trade environment. A 24 hour 365 days emergency response service is required in accordance with the priority schedule detailed in the contract documents, to enable emergency work to be carried out in compliance with the contract conditions. Consequently the successful contractor shall be expected to form part of a team, be adaptable, conscientious and be able to carry out instructions with the minimum supervision to allow the efficient completion of works orders. This procurement was conducted via the Public Contracts Scotland - Tender portal (PCS-T). We applied a one stage Open procedure. Bidders self certified their adherence to the conditions of participation via the SPD (Scotland) in PSC-T, and submitted Means of Proof before contract award. Bidders referred to the specific requirements listed in Section III in this OJEU Contract Notice when completing the SPD in PCS-T.",
"value": {
"amount": 1000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "East Renfrewshire Council invited tenders, from suitably qualified contractors for the provision of a Multi Trades Measured Term Contract 2023-27. The works mainly comprise of Joinery and Builder work. The works to be undertaken by the successful contractor include, but are not limited to, general down takings, repairs, alterations, refurbishment/ replacement, reinstatement and maintenance of various East Renfrewshire Council buildings including Education properties, in a multi-trade environment. A 24 hour 365 days emergency response service is required in accordance with the priority schedule detailed in the contract documents, to enable emergency work to be carried out in compliance with the contract conditions. Consequently the successful contractor shall be expected to form part of a team, be adaptable, conscientious and be able to carry out instructions with the minimum supervision to allow the efficient completion of works orders. Additional information: The Council reserves the right to spend up to an additional 150,000 GBP (excluding VAT) annually on capital works that may be identified during the course of the contract. 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.",
"awardCriteria": {
"criteria": [
{
"name": "Service Delivery",
"type": "quality",
"description": "25%"
},
{
"name": "Housekeeping & Waste",
"type": "quality",
"description": "15%"
},
{
"name": "Contract Implementation plan",
"type": "quality",
"description": "15%"
},
{
"name": "Contract Management",
"type": "quality",
"description": "25%"
},
{
"name": "Community Benefits",
"type": "quality",
"description": "10%"
},
{
"name": "Carbon Footprint",
"type": "quality",
"description": "5%"
},
{
"name": "Fair Work Practices & Living Wage",
"type": "quality",
"description": "5%"
},
{
"type": "price",
"description": "60"
}
]
},
"value": {
"amount": 1000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "Up to 2 x 12 month extensions at the discretion of the Council subject to budget availability and performance"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The Council reserves the right to spend up to an additional 150,000 GBP (excluding VAT) annually on capital works that may be identified during the course of the contract. This will be subject to the capability and capacity of the winning contractor as well as best value being demonstrated. For the avoidance of doubt bidders should note that this additional amount is not guaranteed or implied and will only be utilised should the winning contractor be performing effectively, have capacity when such works arise and provide a quick cost effective option for such spend."
},
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "The Council reserves the right at its own discretion to seek information from the applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to determine the Applicant's economic and financial standing. East Renfrewshire Council requires to ensure that the economic operator has the necessary economic and financial capacity to perform and complete the contract. In the current difficult economic environment, the Council seeks to ensure that the contractor who undertakes the works has suitable financial strength and capacity to complete these goods, works or services. Where an economic operator wishes to be considered for selection under this contract but cannot meet the turnover and/or Credit Safe score of 30 that economic operator must provide financial information which will satisfy the Council that they have an equivalent level of economic and financial standing; and must provide related guarantees or formal assurances to support their right to participate and be considered for any contract award (Regulation 61(8)). Please note that any financial information disclosed should evidence the financial strength of the economic operator tendering, therefore additional supporting information will need to be provided where joint or group accounts are provided in support of a bid to explain to the Council the relevance of that information. Where the economic bidder relies upon or intends to reply upon any Key Subcontractors in performance of the contract, then the Council reserves the right to assess the financial strength and suitability the Key subcontractor as part of the qualification process; Where the economic operator relies upon a parent company to provide financial assurance in support of their bid, the Council will also reserve the right to seek financial information on the strength and suitability of the parent company; and Where the economic operator relies upon the capacity of other parties in respect of selection and/or performance of the contract, then dependent on the nature of the arrangement the Council may require full disclosure of financial information in support of the bid. For example, where the bidder identifies as a consortium the Council will require that the consortium, as a group, can meet the financial selection requirements contained in the procurement documents. Where a bidder is part of a Consortium, it shall procure the execution and delivery to the Employer of a Consortium Guarantee (in the form provided by the council) executed by each member of the Consortium (acting as Consortium guarantor) in Self Proving Form. The Council reserves the right to monitor that the economic operator continues to meet the financial selection requirements upon receipt of the invitation to tender or after evaluation has been completed and prior to any award being made. Economic operators must inform the Council of any changes to any submission made by them in respect of their financial and or economic situation. The Council will further reserve the right to remove any economic operator from the tendering process where they are no longer able to fulfil any of the selection requirements as directed within the procurement documents. Further detail is contained within the procurement documents. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 5 million GBP Public Liability Insurance = 5 million GBP Professional Indemnity Insurance = 2 million GBP Third Party Motor Vehicle Insurance",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Due to the nature of the works it is mandatory that all of the successful contractor's staff or staff of a sub-contractor(s) are accredited under the Construction Skills Competence Scheme (CSCS) or the Scottish Construction Operative Registration Executive (SCORE). Bidders must provide 3 examples of previous contracts providing a similar service as specified in the contract notice Over 5 Years Failure to provide the relevant experience as requested will result in disqualification from the tender Health and Safety Management The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with ISO 45001 (or equivalent) OR A regularly reviewed and documented policy for Health and Safety management Failure to confirm necessary accreditations/ memberships or qualifications will result in the bidder being automatically disqualified from the evaluation process Environmental Management The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate OR A regularly reviewed documented policy regarding environmental management Failure to confirm necessary accreditations/ memberships or qualifications will result in the bidder being automatically disqualified from the evaluation process 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.",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "The conditions of contract will be the SBCC Measured Term Contract for use in Scotland (MTC/Scot 2011)",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-10-20T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2023-10-20T12:00:00+01:00"
},
"bidOpening": {
"date": "2023-10-20T12:00:00+01:00"
},
"hasRecurrence": true,
"recurrence": {
"description": "Q1 2027"
}
},
"parties": [
{
"id": "GB-FTS-1036",
"name": "East Renfrewshire Council",
"identifier": {
"legalName": "East Renfrewshire Council"
},
"address": {
"streetAddress": "Eastwood HQ, Eastwood Park,",
"locality": "Giffnock",
"region": "UKM83",
"postalCode": "G46 6UG",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Chris Turner",
"telephone": "+44 7587342868",
"email": "christurner@eastrenfrewshire.gov.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.eastrenfrewshire.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-92808",
"name": "Paisley Sheriff Court and Justice of the Peace",
"identifier": {
"legalName": "Paisley Sheriff Court and Justice of the Peace"
},
"address": {
"locality": "Paisley",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-61605",
"name": "Valley Group Limited",
"identifier": {
"legalName": "Valley Group Limited"
},
"address": {
"streetAddress": "Block 14, Unit B8, 125 Summerlee Street, Queenslie Industrial Estate",
"locality": "Glasgow",
"region": "UK",
"postalCode": "G33 4DB",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1414040244"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-1036",
"name": "East Renfrewshire Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000744537"
}
],
"language": "en",
"awards": [
{
"id": "002062-2024-ERC000282-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-61605",
"name": "Valley Group Limited"
}
]
}
],
"contracts": [
{
"id": "002062-2024-ERC000282-1",
"awardID": "002062-2024-ERC000282-1",
"status": "active",
"value": {
"amount": 1000000,
"currency": "GBP"
},
"dateSigned": "2024-01-15T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 7
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 6
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 7
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 7
}
]
}
}