Notice Information
Notice Title
Supply of Parts, Annual Preventative Maintenance and Repair of Technical Machinery incl. Gas and LEV repairs
Notice Description
East Renfrewshire Council is inviting tenders, from suitably qualified companies for the provision of annual preventative maintenance for school technical department machinery within 6 high schools, which includes full LEV test of all fume and dust, and service of gas equipment. Repairs because of the maintenance and purchase of machinery or adaptions to machinery where health and safety legislation dictates. Where remedial action is required supply, install and test the working order of new parts. Due to the age of some machinery have the ability to offer reconditioned parts where possible, install and test working order.
Lot Information
Lot 1
East Renfrewshire Council is inviting tenders, from suitably qualified companies for the provision of annual preventative maintenance for school technical department machinery within 6 high schools, which includes full LEV test of all fume and dust, and service of gas equipment. Repairs because of the maintenance and purchase of machinery or adaptions to machinery where health and safety legislation dictates. Where remedial action is required supply, install and test the working order of new parts. Due to the age of some machinery have the ability to offer reconditioned parts where possible, install and test working order.. 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. Economic operators found guilty of breaching Health and Safety Legislation in the past five years will be excluded.
Renewal: 12 months
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000647923
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY414716
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Award 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
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
50310000 - Maintenance and repair of office machinery
71630000 - Technical inspection and testing services
Notice Value(s)
- Tender Value
- £80,000 Under £100K
- Lots Value
- £80,000 Under £100K
- Awards Value
- Not specified
- Contracts Value
- £80,000 Under £100K
Notice Dates
- Publication Date
- 11 May 20214 years ago
- Submission Deadline
- 9 Apr 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 11 May 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Every 4 years or so.
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- 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, nora.nemeth@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
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR409761
Supply of Parts, Annual Preventative Maintenance and Repair of Technical Machinery incl. Gas and LEV repairs - East Renfrewshire Council is inviting tenders, from suitably qualified companies for the provision of annual preventative maintenance for school technical department machinery within 6 high schools, which includes full LEV test of all fume and dust, and service of gas equipment. Repairs because of the maintenance and purchase of machinery or adaptions to machinery where health and safety legislation dictates. Where remedial action is required supply, install and test the working order of new parts. Due to the age of some machinery have the ability to offer reconditioned parts where possible, install and test working order. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY414716
Supply of Parts, Annual Preventative Maintenance and Repair of Technical Machinery incl. Gas and LEV repairs - East Renfrewshire Council is inviting tenders, from suitably qualified companies for the provision of annual preventative maintenance for school technical department machinery within 6 high schools, which includes full LEV test of all fume and dust, and service of gas equipment. Repairs because of the maintenance and purchase of machinery or adaptions to machinery where health and safety legislation dictates. Where remedial action is required supply, install and test the working order of new parts. Due to the age of some machinery have the ability to offer reconditioned parts where possible, install and test working order.
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-r6ebe6-0000647923-2021-05-11T00:00:00Z",
"date": "2021-05-11T00:00:00Z",
"ocid": "ocds-r6ebe6-0000647923",
"initiationType": "tender",
"parties": [
{
"id": "org-48",
"name": "East Renfrewshire Council",
"identifier": {
"legalName": "East Renfrewshire Council"
},
"address": {
"streetAddress": "Eastwood HQ, Eastwood Park,",
"locality": "Giffnock",
"region": "UKM83",
"postalCode": "G46 6UG"
},
"contactPoint": {
"name": "May Harvey-Welsh",
"email": "may.harvey-Welsh@eastrenfrewshire.gov.uk",
"telephone": "+44 1415773669",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
},
{
"id": "Regional or local agency/office",
"scheme": "TED_CA_TYPE"
}
],
"url": "http://www.eastrenfrewshire.gov.uk"
}
},
{
"id": "org-89",
"name": "Paisley Sheriff and Justice of the Peace Court",
"identifier": {
"legalName": "Paisley Sheriff and Justice of the Peace Court"
},
"address": {
"locality": "Paisley"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-45",
"name": "East Renfrewshire Council",
"identifier": {
"legalName": "East Renfrewshire Council"
},
"address": {
"streetAddress": "Eastwood HQ, Eastwood Park,",
"locality": "Giffnock",
"region": "UKM83",
"postalCode": "G46 6UG"
},
"contactPoint": {
"email": "nora.nemeth@eastrenfrewshire.gov.uk",
"telephone": "+44 1415773669",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
},
{
"id": "Regional or local agency/office",
"scheme": "TED_CA_TYPE"
}
],
"url": "http://www.eastrenfrewshire.gov.uk"
}
},
{
"id": "org-374",
"name": "Flamefast Scotmech",
"identifier": {
"legalName": "Flamefast Scotmech"
},
"address": {
"streetAddress": "Unit 5 Greenhill Buisness Park, Greenhill Road",
"locality": "Paisley",
"region": "UKM",
"postalCode": "PA3 1RQ"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-47",
"name": "Paisley Sheriff and Justice of the Peace Court",
"identifier": {
"legalName": "Paisley Sheriff and Justice of the Peace Court"
},
"address": {
"locality": "Paisley"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "East Renfrewshire Council",
"id": "org-45"
},
"tender": {
"id": "CE 20 21 056",
"title": "Supply of Parts, Annual Preventative Maintenance and Repair of Technical Machinery incl. Gas and LEV repairs",
"description": "East Renfrewshire Council is inviting tenders, from suitably qualified companies for the provision of annual preventative maintenance for school technical department machinery within 6 high schools, which includes full LEV test of all fume and dust, and service of gas equipment. Repairs because of the maintenance and purchase of machinery or adaptions to machinery where health and safety legislation dictates. Where remedial action is required supply, install and test the working order of new parts. Due to the age of some machinery have the ability to offer reconditioned parts where possible, install and test working order.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "71630000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "East Renfrewshire"
},
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 80000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2021-04-09T12:00:00Z"
},
"awardPeriod": {
"startDate": "2021-04-09T12:00:00Z"
},
"documents": [
{
"id": "MAR409761",
"documentType": "contractNotice",
"title": "Supply of Parts, Annual Preventative Maintenance and Repair of Technical Machinery incl. Gas and LEV repairs",
"description": "East Renfrewshire Council is inviting tenders, from suitably qualified companies for the provision of annual preventative maintenance for school technical department machinery within 6 high schools, which includes full LEV test of all fume and dust, and service of gas equipment. Repairs because of the maintenance and purchase of machinery or adaptions to machinery where health and safety legislation dictates. Where remedial action is required supply, install and test the working order of new parts. Due to the age of some machinery have the ability to offer reconditioned parts where possible, install and test working order.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR409761",
"format": "text/html"
},
{
"id": "MAY414716",
"documentType": "awardNotice",
"title": "Supply of Parts, Annual Preventative Maintenance and Repair of Technical Machinery incl. Gas and LEV repairs",
"description": "East Renfrewshire Council is inviting tenders, from suitably qualified companies for the provision of annual preventative maintenance for school technical department machinery within 6 high schools, which includes full LEV test of all fume and dust, and service of gas equipment. Repairs because of the maintenance and purchase of machinery or adaptions to machinery where health and safety legislation dictates. Where remedial action is required supply, install and test the working order of new parts. Due to the age of some machinery have the ability to offer reconditioned parts where possible, install and test working order.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY414716",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "East Renfrewshire Council is inviting tenders, from suitably qualified companies for the provision of annual preventative maintenance for school technical department machinery within 6 high schools, which includes full LEV test of all fume and dust, and service of gas equipment. Repairs because of the maintenance and purchase of machinery or adaptions to machinery where health and safety legislation dictates. Where remedial action is required supply, install and test the working order of new parts. Due to the age of some machinery have the ability to offer reconditioned parts where possible, install and test working order.. 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. Economic operators found guilty of breaching Health and Safety Legislation in the past five years will be excluded.",
"status": "complete",
"value": {
"amount": 80000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "12 months"
}
}
],
"bidOpening": {
"date": "2021-04-09T12:00:00Z"
},
"communication": {
"atypicalToolUrl": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Suitability questions will not be used in this procurement."
},
{
"type": "economic",
"description": "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 = 10M GBP Public Liability Insurance = 5M GBP Professional Indemnity Insurance = 5M GBP"
},
{
"type": "technical",
"description": "d. Documented arrangements for providing the bidder's workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid. This will demonstrate that the organisation has in place, and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to discharge their various responsibilities. These must include a programme of training that will keep the workforce up to date with required knowledge about quality related issues, including copies of job profiles; training manuals and records.",
"minimum": "e. Documented arrangements that the organisation has a system for monitoring quality management procedures on an on-going basis. The bidder's organisation must be able to provide evidence of systematic, periodic review and improvement of quality in respect of output and general performance f. Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged. g. A documented process demonstrating how the bidder deals with complaints. The bidder must be able to provide details of how their organisation maintains records of any complaints received and how corrective measures are carried out to prevent reoccurrence. Health and Safety Procedures 3. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR, 4a The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation. Note - Organisations with fewer than five employees are not required by law to have a documented policy statement. 4b. A documented process demonstrating the bidder's arrangements for ensuring that H&S measures are effective in reducing/preventing incidents, occupational ill-health and accidents. This must provide details of the arrangements for H&S management that are relevant to the nature and scales of the requirement. 4c. A documented procedure how the bidder obtains access to competent Health and Safety advice and assistance. This must demonstrate evidence of how the bidder's organisation obtains access to competent Health and Safety advice. 4d. Documented arrangements for providing the bidder's workforce with training and information appropriate to the type of work of which the organisation is likely to bid. This must provide evidence that the bidder has in place, and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to discharge the various duties. This will provide details of staff health and safety training arrangements and how relevant information is communicated to staff. This must also include a description of arrangements for keeping the workforce updated on legislation and good H&S practice applicable throughout the organisation. 4e. A documented procedure describing what H&S or other relevant qualifications and experience the bidder's workforce has, in order to implement the H&S policy to a standard appropriate for the work for which the organisation is likely to bid. This must demonstrate that the workforce possesses suitable qualifications and experience for the tasks assigned to them, unless there are specific situations where they need to work under controlled and competent supervision, e.g. trainees. 4f. Documented arrangements for checking, reviewing and where necessary, improving the bidders H&S performance. This must demonstrate that the bidder's organisation has in place, and implements, a system of monitoring H&S procedures on an on-going basis and for periodically reviewing and updating that system as necessary. (continues under VI.3)"
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"classification": {
"id": "50310000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "Every 4 years or so."
}
},
"language": "EN",
"description": "SPD 4D. (continue): 4h. Documented procedures for recording accidents/incidents and undertaking follow-up action. This will include records of accident rates and frequency for all RIDDOR reportable events for at least the last 3 years. It must demonstrate a system for reviewing significant incidents, and recording action taken as a result including action taken in response to enforcement. 4i. Documented arrangements for ensuring that the bidder's suppliers apply H&S measures to a standard appropriate to the work for which they are being engaged. This must demonstrate that the bidder's organisation has, and implements, arrangements for monitoring suppliers' H&S procedures, and for ensuring that H&S performance appropriate for the work undertaken is delivered throughout the whole of your organisation's supply chain. 4j. Documented arrangements for carrying out risk assessments capable of supporting safe methods of work and reliable contract delivery where necessary. This must demonstrate that the bidder has in place, and implements, procedures for carrying out risk assessments and for developing and implementing safe systems of work (\"method statements\"), and be able to provide relevant indicative examples. The identification and control of any significant occupational health issues must be prominent. Note - Organisations with fewer than five employees are not required by law to record risk assessments. 4k. Documented arrangements for co-operating and co-ordinating the bidder's work with other suppliers. This must provide an explanation of how co-operation and co-ordinating of the work is achieved in practice, and how other organisations are involved in drawing up method statements/safe systems of work etc. including arrangements for response to emergency situations. This must include details of how comments and input from your suppliers will be taken into account and how external comments including any complaints, will be responded to. (SC Ref:653670)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000647923"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000647923"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "CE 20 21 056",
"suppliers": [
{
"id": "org-374",
"name": "Flamefast Scotmech"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "CE 20 21 056",
"awardID": "CE 20 21 056",
"status": "active",
"value": {
"amount": 80000,
"currency": "GBP"
},
"dateSigned": "2021-05-11T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1238",
"measure": "bids",
"value": 2,
"relatedLot": "1"
},
{
"id": "1239",
"measure": "smeBids",
"value": 1,
"relatedLot": "1"
},
{
"id": "1240",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "1241",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "1242",
"measure": "electronicBids",
"value": 2,
"relatedLot": "1"
}
]
}
}