Tender

Engineering and Technical Consultancy

  • Scotland Excel

F02: Contract notice

Notice identifier: 2025/S 000-020775

Procurement identifier (OCID): ocds-h6vhtk-0450fd (view related notices)

Published 13 May 2025, 11:23am



Section one: Contracting authority

one.1) Name and addresses

Scotland Excel

Renfrewshire House, Cotton Street

Paisley

PA1 1AR

Email

construction@scotland-excel.org.uk

Telephone

+44 1414888230

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.scotland-excel.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Engineering and Technical Consultancy

Reference number

0124

two.1.2) Main CPV code

  • 71300000 - Engineering services

two.1.3) Type of contract

Services

two.1.4) Short description

This framework is for engineering and technical consultancy services. These service will primarily relate to civil engineering and other

associated discipline which includes:

- Roads and Structures Engineering and Technical Related Consultancy services

- Transportation and Traffic Engineering and Technical Related Consultancy services

- Environmental Engineering and Technical Related Consultancy services

- Land Surveying Engineering and Technical Related Consultancy services

- Drainage and Flooding Engineering and Technical Related Consultancy services

- Geoenvironmental and Geotechnical Engineering and Technical Related Consultancy services

- Coastal and Maritime Structures Engineering and Technical Related Consultancy services

- Master Planning Relating to Engineering and Technical Related Consultancy services

- Project and Commercial Management Relating to Engineering and Technical Related Consultancy services

two.1.5) Estimated total value

Value excluding VAT: £160,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Roads and Structures Engineering and Technical Related Consultancy services

Lot No

1

two.2.2) Additional CPV code(s)

  • 71300000 - Engineering services
  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71318000 - Advisory and consultative engineering services
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71335000 - Engineering studies
  • 71336000 - Engineering support services
  • 71337000 - Corrosion engineering services
  • 71340000 - Integrated engineering services
  • 71350000 - Engineering-related scientific and technical services
  • 71631400 - Technical inspection services of engineering structures

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

The services encompass a range of roads and structures related consultancy services, which may include:

Transport related work for the development of road schemes

Roads and infrastructure

Structures and structural

Bridges and quay walls

Drainage

Earthworks

Water supply

Lighting and electrical

Cycleway and footpath

Streetscape

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £48,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Transportation and Traffic Engineering and Technical Related Consultancy services

Lot No

2

two.2.2) Additional CPV code(s)

  • 71300000 - Engineering services
  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71311100 - Civil engineering support services
  • 71311220 - Highways engineering services
  • 71318000 - Advisory and consultative engineering services
  • 71320000 - Engineering design services
  • 71322500 - Engineering-design services for traffic installations
  • 71335000 - Engineering studies
  • 71336000 - Engineering support services
  • 71340000 - Integrated engineering services
  • 71350000 - Engineering-related scientific and technical services
  • 71631400 - Technical inspection services of engineering structures
  • 60000000 - Transport services (excl. Waste transport)
  • 60100000 - Road transport services
  • 60112000 - Public road transport services
  • 60600000 - Water transport services
  • 63710000 - Support services for land transport
  • 63712000 - Support services for road transport
  • 63720000 - Support services for water transport
  • 63726000 - Miscellaneous water transport support services
  • 71311200 - Transport systems consultancy services
  • 63712700 - Traffic control services
  • 63700000 - Support services for land, water and air transport

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

The services encompass a range of transportation and traffic related consultancy services, which may include:

Transport and travel

Transport and traffic management

Transport and traffic signals

Road safety and accident investigation and prevention

Preparation of traffic orders – may also include undertaking statutory consultation process

Carrying out appraisals - Scottish Transport Appraisal Guidance (STAG)

Street engineering

Electric vehicle charging points

Development control for planning applications and roads construction consent

Reviews, strategies, etc. in relation to parking

Waterborne transport

Freight and logistics

Public transport

Active travel (walking, cycling, etc)

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £67,200,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Environmental Engineering and Technical Related Consultancy services

Lot No

3

two.2.2) Additional CPV code(s)

  • 71300000 - Engineering services
  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71311100 - Civil engineering support services
  • 71312000 - Structural engineering consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71320000 - Engineering design services
  • 71318000 - Advisory and consultative engineering services
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71335000 - Engineering studies
  • 71350000 - Engineering-related scientific and technical services
  • 71631400 - Technical inspection services of engineering structures
  • 71313400 - Environmental impact assessment for construction
  • 71313420 - Environmental standards for construction
  • 71313430 - Environmental indicators analysis for construction
  • 71313440 - Environmental Impact Assessment (EIA) services for construction
  • 71313450 - Environmental monitoring for construction
  • 90700000 - Environmental services
  • 90712000 - Environmental planning
  • 90712100 - Urban environmental development planning
  • 90713000 - Environmental issues consultancy services
  • 90714000 - Environmental auditing
  • 90722200 - Environmental decontamination services
  • 90721000 - Environmental safety services
  • 90722000 - Environmental rehabilitation
  • 71336000 - Engineering support services
  • 71340000 - Integrated engineering services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

The services encompass a range of environmental consultancy services, primarily in relation to engineering and construction services,

which may include:

Noise and sound

Vibration

Atmospheric

Light

Acoustic

Water quality

Land quality

Air quality

Environmental

Ecology and biodiversity

Habitat

Rot and damp

Vegetation

Contamination

Hydrographic

Arboriculture

Landscape design

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £3,200,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Land Surveying Engineering and Technical Related Consultancy services

Lot No

4

two.2.2) Additional CPV code(s)

  • 71353000 - Surface surveying services
  • 71353200 - Dimensional surveying services
  • 71355000 - Surveying services
  • 71355200 - Ordnance surveying
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71300000 - Engineering services
  • 71310000 - Consultative engineering and construction services
  • 71311100 - Civil engineering support services
  • 71318000 - Advisory and consultative engineering services
  • 71320000 - Engineering design services
  • 71335000 - Engineering studies
  • 71336000 - Engineering support services
  • 71315300 - Building surveying services
  • 38290000 - Surveying, hydrographic, oceanographic and hydrological instruments and appliances

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland

two.2.4) Description of the procurement

The services encompass a range of land survey consultancy services, primarily in relation to engineering and construction services, which

may include:

Topographical

Building facade

Aerial

Ground penetration radar

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,600,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Drainage and Flooding Engineering and Technical Related Consultancy services

Lot No

5

two.2.2) Additional CPV code(s)

  • 90733500 - Surface water pollution drainage services
  • 90733800 - Groundwater pollution drainage services
  • 44163112 - Drainage system
  • 71240000 - Architectural, engineering and planning services
  • 71300000 - Engineering services
  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71311100 - Civil engineering support services
  • 71320000 - Engineering design services
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71335000 - Engineering studies
  • 71336000 - Engineering support services
  • 71337000 - Corrosion engineering services
  • 71350000 - Engineering-related scientific and technical services
  • 71340000 - Integrated engineering services
  • 71631400 - Technical inspection services of engineering structures
  • 72242000 - Design-modelling services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

The services encompass a range of drainage and flooding related consultancy services, primarily in relation to engineering and construction

services, which may include:

Flood risk management

Flood protection and prevention

Requirements emerging from the Flood Risk Management (Scotland) Act 2009

Hydrology and hydraulic

Water and watercourses

Sewer

Weather and asset

Drainage

Sustainable drainage systems (SuDS)

Dams and reservoirs

Coastal

Catchment area

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £9,600,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Geoenvironmental and Geotechnical Engineering and Technical Related Consultancy services

Lot No

6

two.2.2) Additional CPV code(s)

  • 71332000 - Geotechnical engineering services
  • 71352000 - Subsurface surveying services
  • 71300000 - Engineering services
  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71318000 - Advisory and consultative engineering services
  • 71320000 - Engineering design services
  • 71335000 - Engineering studies
  • 71336000 - Engineering support services
  • 71340000 - Integrated engineering services
  • 71631400 - Technical inspection services of engineering structures
  • 71600000 - Technical testing, analysis and consultancy services
  • 71632000 - Technical testing services
  • 71350000 - Engineering-related scientific and technical services
  • 71337000 - Corrosion engineering services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

The services encompass a range of geoenvironmental/ geotechnical and testing related consultancy services, which may include:

Geotechnical

Geo-environmental (including Part IIA Inspections)

Hydrogeology

Site and ground

Scientific services

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £4,800,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Coastal and Maritime Engineering and Technical Related Consultancy services

Lot No

7

two.2.2) Additional CPV code(s)

  • 71300000 - Engineering services
  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71318000 - Advisory and consultative engineering services
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71335000 - Engineering studies
  • 71336000 - Engineering support services
  • 71337000 - Corrosion engineering services
  • 71340000 - Integrated engineering services
  • 71350000 - Engineering-related scientific and technical services
  • 71631400 - Technical inspection services of engineering structures

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

The services encompass a range of coastal and maritime related consultancy services, primarily in relation to engineering and construction

services, which may include:

Breakwaters

Seawalls

Piers

Jetties

Slipways

Groynes

Offshore Breakwaters

Revetments

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £3,200,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Master Planning Engineering and Technical Related Consultancy services

Lot No

8

two.2.2) Additional CPV code(s)

  • 71240000 - Architectural, engineering and planning services
  • 71356400 - Technical planning services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

The services encompass a range of master planning services, in relation to work generally associated with the subject matter of the contract,

which may include:

Neighbourhood character and heritage

Housing and commercial areas

Open space and public realm

Community facilities

Biodiversity

Transport and traffic

Coastal and maritime

Urban planning

Land use

Planning advice

Urban and green planning

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £8,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Project and Commercial Management Engineering and Technical Related Consultancy services

Lot No

9

two.2.2) Additional CPV code(s)

  • 71541000 - Construction project management services
  • 72224000 - Project management consultancy services
  • 71242000 - Project and design preparation, estimation of costs
  • 71248000 - Supervision of project and documentation
  • 79418000 - Procurement consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

arious locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

The services encompass a range of project and commercial management services, in relation to work generally associated with the subject matter of the contract.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £14,400,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.


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

List and brief description of selection criteria:

1. SPD (Scotland) Questions 4B.5.1 and 4B.5.2 - Insurance Requirements

2. SPD (Scotland) Questions 4B.6 - Other Economic and Financial Requirements

In accordance with Regulation 59(12), as this proposed framework agreement is divided into lots, these economic and financial standing selection criteria apply separately in relation to each individual lot.

INSURANCE REQUIREMENTS:

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:

ALL LOTS

EMPLOYERS (COMPULSORY) LIABILITY INSURANCE – to a minimum level of 5 million GBP, in respect of each and every claim without limit to the number of claims.

PUBLIC LIABILITY INSURANCE – to a minimum level of 5 million GBP, in respect of each and every claim without limit to the number of claims..

PROFESSIONAL INDEMNITY INSURANCE – to a minimum level of 1 million GBP, in respect of each and every claim with an aggregate limit of 5 million GBP.

MOTOR VEHICLE INSURANCE – statutory Third Party motor vehicle insurance to a minimum indemnity limit of 5 million GBP in respect of each claim and without limit to the number of claims for property damage, and unlimited for Third Party injury.

For tenderers who will sub contract parts of the business, it is a requirement that the tenderer requires to provide a letter signed by a person of appropriate authority confirming that the tenderer has ongoing arrangements in place to ensure that subcontractors’ vehicles are appropriately insured and maintained.

Minimum level(s) of standards possibly required

Tenderers must note that these minimum levels of insurance are required to be awarded onto the framework, however, the Councils may request an increase to the minimum level of insurance cover required or request additional insurance cover when awarding a Work Order under the Framework Contract. LIMITATIONS ON LIABILITY are detailed in the published terms and conditions of Contract.

FURTHER LIMITATIONS on LIABILITY ARE NOT ACCEPTED.

SPD (SCOTLAND) QUESTION 4B.6 - OTHER ECONOMIC AND FINANCIAL REQUIREMENTS:

A search of the tenderer against Equifax's ScoreCheck and Protect must not result in a “Rating”, “Warning” or “Caution” return which identifies financial risk, unless the tenderer confirms that it can provide any other document which Scotland Excel considers appropriate to prove to Scotland Excel (acting within its permitted discretion under the applicable public procurement rules) that the tenderer does/would not present an unmanageable risk should it be appointed on to the proposed Framework Agreement.

Equifax's Protect is a fraud indicator / credit risk search and analysis of five areas of threat in relation to a particular company: credit history; disqualification; validation and investigation bureau; connected data; and bureau information.

Tenderers relying on the financial standing of a parent company who are unable to commit to obtaining a parent company guarantee may be assessed as a FAIL and will be excluded from the competition.

three.1.3) Technical and professional ability

List and brief description of selection criteria

1.SPD (Scotland) Question 4C.10 – Subcontracting

2.SPD (Scotland) Question 4C.12 - Certificates

3.SPD (Scotland) Question 4D.1 - Quality Assurance Schemes and Health and Safety Procedures

4.SPD (Scotland) Question 4D.2 - Environmental Management Standards

In accordance with Regulation 59(12), as this proposed framework agreement is divided into lots, these technical and professional ability selection criteria apply separately in relation to each individual lot.

Minimum level(s) of standards possibly required

Further to the identified selection criteria outlined above, full guidance and the minimum levels of standards required are outlined in the

"0124 Technical and Professional Ability" document, which can be found in the "Contract

Notice" folder in the Buyer Attachment area, within ITT 57622 of project 28254.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

For full details of the conditions relevant to the proposed Framework Contract and contracts to be called off thereunder (to the extent known or settled at this stage), please see the tender documents (details of how to access these are set out in section "I.3, Communication" of this Contract Notice).

Scotland Excel will require the members of any tendering group of entities (including, but not limited to consortium members, members of a group of economic operators and/or sub-contractors) to be jointly and severally liable for the performance of the contract (no matter the legal form taken by those entities in order to enter into the contract).

For further information relative to the submission of consortia tenders, tenders by groups of economic operators and sub-contracting, please refer to the tender documentation which is available in the relevant PCS-T project for this procurement exercise.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 30

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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-011598

four.2.2) Time limit for receipt of tenders or requests to participate

Date

18 June 2025

Local time

12:00pm

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

Tender must be valid until: 1 December 2025

four.2.7) Conditions for opening of tenders

Date

18 June 2025

Local time

12:00pm

Place

Tenders will be opened electronically, using PCS-T, via Scotland Excel’s offices at the address shown in section I.1 (Contracting Authority) of this Notice

Information about authorised persons and opening procedure

Officers permitted to open tenders on behalf of Scotland Excel under its governance arrangements.


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

Scotland Excel is a central purchasing body and is procuring this framework on behalf of the following contracting authorities (and

successor bodies):

A) The 32 local authorities in Scotland as listed at http://www.scotland-excel.org.uk/home/aboutus/ourmembers.aspx

B) Scotland Excel associate members as listed at http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Associate-members.aspx

C) any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working)(Scotland)Act 2014.

D) Any Scottish Registered Social Landlords listed on the public register of the Scottish Housing Regulator:

http://directory.scottishhousingregulator.gov.uk/Documents/Landlord%20Register.pdf as at the date of publication of this notice.

E) Tayside Contracts

F) Advanced Procurement for Universities and Colleges (APUC Ltd) and their member organisations across the higher and further

education sector in Scotland and their associated and affiliated bodies.

G) Scottish Prison Service (SPS)

H) Scottish National Health Service Authorities and Trusts

I) Transport Scotland

J) Scottish Government and Scottish Central Government Bodies.

The above is subject to each contracting authority entering into and maintaining a relevant membership agreement or other access

agreement with Scotland Excel.

Retrospective rebates apply to this framework. For further details, please see SXL 0124 Framework Contract.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28254. 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:

In accordance with section 25(3) of the Procurement Reform (Scotland) Act 2014 note that Scotland Excel intends to include community benefit requirements. As part of your response within the Technical criteria, Tenderers will be requested to commit to delivery of community benefits in accordance with the methodology outlined in the tender documents

A summary of the expected community benefits has been provided as follows:

Tenderers are requested to agree to the community benefits approach as set out in the ITT. Where agreed, if successful in award onto the

framework and if a Work Order is awarded through the framework, consultants will be required to:

1. Upon award of the Work Order proactively engage with the Council to agree the selection of community benefit outcomes and how

these will be monitored between the parties (including reporting and reviews).

2. Commence implementing the community benefits immediately, or as soon as reasonably possible, upon being appointed a Work Order.

3. Inform Scotland Excel of the selection of community benefit outcomes which have been agreed with the Council and report on the

delivery these on a bi-annual basis in a format prescribed by Scotland Excel.

(SC Ref:789382)

six.4) Procedures for review

six.4.1) Review body

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom