Notice Information
Notice Title
Provision of an Energy Assessor & Energy Performance Certificates Including Occupancy Assessments, Property Condition Reports To Form Retrofit Assessments
Notice Description
Requirement for suitably qualified companies for the provision of Energy Performance Certificates (EPC) to ensure the council meets the statutory obligations that all tenanted properties must have a valid EPC. The contract will also allow for Occupancy Assessments and Property Condition Reports to form a Retrofit Assessment. 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. The Value shown in this notice is excluding VAT
Lot Information
Lot 1
Sole supplier framework for the provision of Energy Performance Certificates (EPC) to ensure the council meets the statutory obligations that all tenanted properties must have a valid EPC. The contract will also allow for Occupancy Assessments and Property Condition Reports to form a Retrofit Assessment. 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. The Value shown in this notice is excluding VAT The total budget indicated below of 220,000 GBP for the duration of the contract including the 2 x 12 extension periods. 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. Quality weighting above are sub weighting and the overall weighting for quality is 30%.
Renewal: option to extend by up to 2 x 12 month periods
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-050052
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/039016-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71314300 - Energy-efficiency consultancy services
Notice Value(s)
- Tender Value
- £220,000 £100K-£500K
- Lots Value
- £220,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- £220,000 £100K-£500K
Notice Dates
- Publication Date
- 10 Jul 20257 months ago
- Submission Deadline
- 19 May 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 18 Jun 20258 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Possibly after the 2 x 12 month options to extend are used or the 24 month framework duration
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
- May Harvey-Welsh
- Contact Email
- may.harvey-welsh@eastrenfrewshire.gov.uk
- Contact Phone
- +44 1415773669
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-050052-2025-07-10T15:04:46+01:00",
"date": "2025-07-10T15:04:46+01:00",
"ocid": "ocds-h6vhtk-050052",
"description": "Lots are not being used for this tender for the reason(s) stated below: Nature of the contract not suitable for lots. 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:803303)",
"initiationType": "tender",
"tender": {
"id": "ERC000568",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Provision of an Energy Assessor & Energy Performance Certificates Including Occupancy Assessments, Property Condition Reports To Form Retrofit Assessments",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71314300",
"description": "Energy-efficiency consultancy services"
},
"mainProcurementCategory": "services",
"description": "Requirement for suitably qualified companies for the provision of Energy Performance Certificates (EPC) to ensure the council meets the statutory obligations that all tenanted properties must have a valid EPC. The contract will also allow for Occupancy Assessments and Property Condition Reports to form a Retrofit Assessment. 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. The Value shown in this notice is excluding VAT",
"value": {
"amount": 220000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Sole supplier framework for the provision of Energy Performance Certificates (EPC) to ensure the council meets the statutory obligations that all tenanted properties must have a valid EPC. The contract will also allow for Occupancy Assessments and Property Condition Reports to form a Retrofit Assessment. 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. The Value shown in this notice is excluding VAT The total budget indicated below of 220,000 GBP for the duration of the contract including the 2 x 12 extension periods. 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. Quality weighting above are sub weighting and the overall weighting for quality is 30%.",
"awardCriteria": {
"criteria": [
{
"name": "Methodology & Approach",
"type": "quality",
"description": "25"
},
{
"name": "Contract Implementation Plan",
"type": "quality",
"description": "25"
},
{
"name": "Complaints Procedure",
"type": "quality",
"description": "5"
},
{
"name": "Risk Management",
"type": "quality",
"description": "20"
},
{
"name": "Contract Management",
"type": "quality",
"description": "5"
},
{
"name": "Community Benefits",
"type": "quality",
"description": "10"
},
{
"name": "Fair Working Practices",
"type": "quality",
"description": "5"
},
{
"name": "Sustainability",
"type": "quality",
"description": "5"
},
{
"type": "price",
"description": "70"
}
]
},
"value": {
"amount": 220000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "option to extend by up to 2 x 12 month periods"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71314300",
"description": "Energy-efficiency consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"deliveryLocation": {
"description": "East Renfrewshire Boundary"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "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 Professional Membership: Must be accredited to Elmhurst Energy The Scottish Government EPC reform that will likely come into effect during duration of this contract. Contractor must be able to comply with these stipulations once/if they are in force.",
"appliesTo": [
"supplier"
]
},
{
"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. Bidders who cannot meet the required level of turnover will be excluded from this tender. 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 = 10 million GBP Public Liability Insurance 5 million GBP Professional Indemnity Insurance 2 million GBP",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Selection criteria as stated in the procurement documents.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Must be Qualified as a : Domestic Energy Assessor / Retrofit Assessor The Scottish Government EPC reform that will likely come into effect during duration of this contract. Contractor must be able to comply with these stipulations once/if they are in force."
}
]
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2025-05-19T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2025-05-19T12:00:00+01:00"
},
"bidOpening": {
"date": "2025-05-19T12:00:00+01:00"
},
"hasRecurrence": true,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"recurrence": {
"description": "Possibly after the 2 x 12 month options to extend are used or the 24 month framework duration"
}
},
"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": "May Harvey-Welsh",
"telephone": "+44 1415773669",
"email": "may.harvey-welsh@eastrenfrewshire.gov.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"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-81015",
"name": "Paisley Sheriff Court and Justice of the Peace",
"identifier": {
"legalName": "Paisley Sheriff Court and Justice of the Peace"
},
"address": {
"locality": "Paisley",
"postalCode": "PA3 2HW",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "paisley@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-154034",
"name": "retrofit associates",
"identifier": {
"legalName": "retrofit associates"
},
"address": {
"streetAddress": "Suite 3.10 Dalziel Building, , 7 Scott Street ,",
"locality": "Motherwell,",
"region": "UK",
"postalCode": "ML1 1PN",
"countryName": "United Kingdom"
},
"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-r6ebe6-0000795848"
}
],
"language": "en",
"awards": [
{
"id": "039016-2025-ERC000568-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-154034",
"name": "retrofit associates"
}
]
}
],
"contracts": [
{
"id": "039016-2025-ERC000568-1",
"awardID": "039016-2025-ERC000568-1",
"status": "active",
"value": {
"amount": 220000,
"currency": "GBP"
},
"dateSigned": "2025-06-19T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 8
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 8
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 8
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 8
}
]
}
}