Section one: Contracting authority
one.1) Name and addresses
East Dunbartonshire Council
Civic & Corporate Headquarters, Southbank Marina,12 Strathkelvin Place
Kirkintilloch
G66 1TJ
Contact
Richard Horbury
Richard.Horbury@eastdunbarton.gov.uk
Telephone
+44 1415745750
Country
United Kingdom
NUTS code
UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Internet address(es)
Main address
http://www.eastdunbarton.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00225
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
EDC/2025/4238 - A807 Active Travel Corridor - Detailed Design & Client-Side Support
Reference number
EDC/2025/4238
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
Under this contract, EDC requires to commission a suitably qualified and experienced external consultant to provide a multi-disciplinary professional service to undertake and complete the detailed design for both Section 2 and 3 of the A807 Active Travel Corridor (Project) and to further support the Client during the pre-construction and construction phase for Section 2 and Section 3 of the Project and fulfilling the role of Principal Designer throughout
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71311000 - Civil engineering consultancy services
- 71311300 - Infrastructure works consultancy services
two.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance
Between Torrance and Milngavie, alongside the A807 road corridor.
two.2.4) Description of the procurement
The service comprises (i) the provision of a multi-disciplinary professional service to undertake and complete the detailed design for both Section 2 and 3 of the A807 Active Travel Corridor (Project) and to further support the Client during the pre-construction and construction phase for Section 2 and Section 3 of the Project and fulfilling the role of Principal Designer throughout, and (ii) the provision of all necessary resources for all such purposes, including, without limitation, all necessary management, staff, supervision, labour, and equipment.
two.2.5) Award criteria
Quality criterion - Name: Management of the Contract / Weighting: 20%
Quality criterion - Name: Understanding of the Project and the service / Weighting: 20%
Quality criterion - Name: Providing the Service / Weighting: 35%
Quality criterion - Name: Quality Management / Weighting: 10%
Quality criterion - Name: Health, Safety & Environment / Weighting: 10%
Quality criterion - Name: Fair Work First / Weighting: 5%
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
14 July 2025
End date
28 August 2028
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
The relevant selection criteria for Economic and Financial Standing is included in the online SPD (Scotland) module linked to this Contract Notice and outlined below:
SPD 4B.1.1 Bidders will be required to have a minimum “general” yearly turnover of 600,000 GBP for the last three years.
SPD 4B.3 Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
SPD 4B.5. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Professional Risk Indemnity Insurance = 2,000,000 GBP (two million pounds sterling) in respect of each claim.
Employer’s (Compulsory) Liability Insurance = 5,000,000 GBP (five million pounds sterling) in respect of each claim.
Public Liability Insurance = 5,000,000 GBP (five million pounds sterling) in respect of each claim.
Minimum level(s) of standards possibly required
East Dunbartonshire Council will assess responses to the SPD (Scotland) questions for Economic and Financial Standing on a PASS/FAIL basis as follows:
FAIL = Response fails to meet the selection criteria of East Dunbartonshire Council.
PASS = Response meets the selection criteria of East Dunbartonshire Council.
Failure of a bidder to achieve a PASS against any of the assessed questions will automatically result in its exclusion from the procurement exercise.
three.1.3) Technical and professional ability
List and brief description of selection criteria
The relevant selection criteria for Technical and Professional Ability is included in the online SPD (Scotland) module linked to this Contract Notice.
Minimum level(s) of standards possibly required
East Dunbartonshire Council will assess responses to SPD (Scotland) question 4C.1.2 as follows:
FAIL = Nil or inadequate response which fails to demonstrate previous experience/capacity/capability relevant to this criterion or the response is partially relevant but generally poor with the response showing some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/capacity/capability.
PASS = Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
East Dunbartonshire Council will not assess Responses to SPD question 4C.10 as part of the selection criteria but it reserves the right to clarify the percentage stated by a bidder. If you are using a sub-contractor (but not relying on them to meet the selection criteria) each sub-contractor should complete an SPD response. In this instance, they will only need to complete the exclusion criteria.
Failure of a bidder to achieve a PASS against any of the assessed questions will automatically result in its exclusion from the procurement exercise.
three.2) Conditions related to the contract
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
23 May 2025
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
26 May 2025
Local time
9:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=796895.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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 Dunbartonshire Council (EDC) is committed to maximising Community Benefits from its procurement activities. Under this procurement, the appointed Consultant, and its supply chain, will be required to support EDC’s economic and social regeneration objectives. Community Benefits requirements are set out in the Community Benefits Approach in Volume 0 of the procurement documents.
Community Benefits will be enforceable as part of the contract and monitored as part of the Contract and Supplier Management process.
(SC Ref:796895)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=796895
six.4) Procedures for review
six.4.1) Review body
Sheriff Clerks Office
PO Box 23, 1 Charlton Place
Glasgow
G5 9DA
Country
United Kingdom