Tender

Drainage Maintenance and Repairs Measured Term Contract 2025-2029

EAST RENFREWSHIRE COUNCIL

This public procurement record has 1 release in its history.

Tender

26 Mar 2025 at 00:00

Summary of the contracting process

East Renfrewshire Council has initiated a public procurement process for the "Drainage Maintenance and Repairs Measured Term Contract 2025-2029" under the tender ID ERC000547. This contract pertains to the general maintenance, repair, and minor renewal of drainage systems, including a 24-hour emergency response service. Located in Giffnock, UKM83, the Council is employing an open procurement method through the Public Contracts Scotland - Tender portal. Interested contractors must adhere to specific participation conditions and submit their electronic tenders by 22nd April 2025, with the contract start date set for following the bid opening on the same date. The total contract value is estimated at GBP 1,000,000.

This tender presents significant opportunities for businesses specialising in drainage systems maintenance and repair. Companies with experience in multi-trade environments, emergency response capabilities, and meeting stringent participation conditions are well-suited to compete. East Renfrewshire Council requires economic operators to have a minimum yearly turnover of GBP 500,000 in the relevant business area and hold necessary authorisations and memberships. Successful contractors will gain long-term engagement, enhance their local presence, and contribute to community benefits, including training, work placements, and support for SMEs and social enterprises.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Drainage Maintenance and Repairs Measured Term Contract 2025-2029

Notice Description

The Council is seeking to appoint suitably qualified Contractor to provide the drainage maintenance and repairs requirement. The works comprise the general repair, maintenance and minor renewal of Drainage Works in a multi-trade environment and a 24-hour 365 days emergency response service in accordance with the priority property schedule detailed in the contract document to enable emergency work to be carried out in compliance with the Contract Conditions. 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.

Lot Information

Lot 1

The Council is seeking to appoint suitably qualified Contractor to provide the drainage maintenance and repairs requirement. The works comprise the general repair, maintenance and minor renewal of Drainage Works in a multi-trade environment and a 24-hour 365 days emergency response service in accordance with the priority property schedule detailed in the contract document to enable emergency work to be carried out in compliance with the Contract Conditions. The contract covers for the property and maintenance services. 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 the various work orders.. 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.

Renewal: 2 x 12 months

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000794107
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR526881
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
PCS Notice - Website Contract Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45232452 - Drainage works

Notice Value(s)

Tender Value
£1,000,000 £1M-£10M
Lots Value
£1,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
26 Mar 202511 months ago
Submission Deadline
22 Apr 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
At the end of the contract.

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
EAST RENFREWSHIRE COUNCIL
Contact Name
Susan Chisusu
Contact Email
susan.chisusu@eastrenfrewshire.gov.uk
Contact Phone
Not specified

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=MAR526881
    Drainage Maintenance and Repairs Measured Term Contract 2025-2029 - The Council is seeking to appoint suitably qualified Contractor to provide the drainage maintenance and repairs requirement. The works comprise the general repair, maintenance and minor renewal of Drainage Works in a multi-trade environment and a 24-hour 365 days emergency response service in accordance with the priority property schedule detailed in the contract document to enable emergency work to be carried out in compliance with the Contract Conditions. 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.

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-r6ebe6-0000794107-2025-03-26T00:00:00Z",
    "date": "2025-03-26T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000794107",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-36",
            "name": "East Renfrewshire Council",
            "identifier": {
                "legalName": "East Renfrewshire Council"
            },
            "address": {
                "streetAddress": "Eastwood HQ, Eastwood Park,",
                "locality": "Giffnock",
                "region": "UKM83",
                "postalCode": "G46 6UG"
            },
            "contactPoint": {
                "name": "Susan Chisusu",
                "email": "susan.chisusu@eastrenfrewshire.gov.uk",
                "url": "https://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"
                    }
                ],
                "url": "http://www.eastrenfrewshire.gov.uk"
            }
        },
        {
            "id": "org-37",
            "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"
            },
            "contactPoint": {
                "email": "paisley@scotcourts.gov.uk",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "East Renfrewshire Council",
        "id": "org-36"
    },
    "tender": {
        "id": "ERC000547",
        "title": "Drainage Maintenance and Repairs Measured Term Contract 2025-2029",
        "description": "The Council is seeking to appoint suitably qualified Contractor to provide the drainage maintenance and repairs requirement. The works comprise the general repair, maintenance and minor renewal of Drainage Works in a multi-trade environment and a 24-hour 365 days emergency response service in accordance with the priority property schedule detailed in the contract document to enable emergency work to be carried out in compliance with the Contract Conditions. 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.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45232452",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "East Renfrewshire Council"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 1000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2025-04-22T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2025-04-22T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAR526881",
                "documentType": "contractNotice",
                "title": "Drainage Maintenance and Repairs Measured Term Contract 2025-2029",
                "description": "The Council is seeking to appoint suitably qualified Contractor to provide the drainage maintenance and repairs requirement. The works comprise the general repair, maintenance and minor renewal of Drainage Works in a multi-trade environment and a 24-hour 365 days emergency response service in accordance with the priority property schedule detailed in the contract document to enable emergency work to be carried out in compliance with the Contract Conditions. 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.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR526881",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The Council is seeking to appoint suitably qualified Contractor to provide the drainage maintenance and repairs requirement. The works comprise the general repair, maintenance and minor renewal of Drainage Works in a multi-trade environment and a 24-hour 365 days emergency response service in accordance with the priority property schedule detailed in the contract document to enable emergency work to be carried out in compliance with the Contract Conditions. The contract covers for the property and maintenance services. 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 the various work orders.. 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.",
                "status": "active",
                "value": {
                    "amount": 1000000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "2 x 12 months"
                }
            }
        ],
        "bidOpening": {
            "date": "2025-04-22T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "In accordance with Building Regulations and current British Standards, National Association of Drainage Contractors (NADC), Water jet association (WJA). Bidders must confirm if they hold the particular authorisation or memberships."
                },
                {
                    "type": "economic",
                    "description": "Bidders will be required to have a minimum yearly \"specific\" turnover of 500,000 GBP for the last 2 years in the business area covered by the contract. 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"
                },
                {
                    "type": "technical",
                    "description": "Selection criteria as stated in the procurement documents. 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."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "classification": {
            "id": "45232452",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "At the end of the contract."
        }
    },
    "language": "EN",
    "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. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28501. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 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: Lots are not being used for this tender for the reason(s) stated below: Nature of the contract not suitable for lots. 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. Community Benefits has been included as a mandatory requirement. Minimum Community Benefit Points (CBP) Required - 300. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28501. 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/ (SC Ref:794107)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000794107"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}