Section one: Contracting authority
one.1) Name and addresses
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
Contact
Callum Ewan
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
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/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Former Castlebrae High School Residential Scheme
Reference number
CT1504
two.1.2) Main CPV code
- 45211360 - Urban development construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The City of Edinburgh Council (the Council) is looking to develop a residential led scheme on the site of the former Castlebrae High School, located in the North East Locality, off Greendykes Road.
The site is approximately 4.36 hectares (10.77 acres) in size. The scheme has been developed to the end of RIBA Stage 2 with a preferred design identified.
This development opportunity seeks to deliver an energy efficient and sustainable development that supports the Council’s aim of achieving net zero carbon by 2030.
two.1.5) Estimated total value
Value excluding VAT: £81,200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45215210 - Construction work for subsidised residential accommodation
- 70111000 - Development of residential real estate
- 45215214 - Residential homes construction work
- 45000000 - Construction work
- 45200000 - Works for complete or part construction and civil engineering work
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45211100 - Construction work for houses
- 45211300 - Houses construction work
- 45211360 - Urban development construction work
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
two.2.4) Description of the procurement
The City of Edinburgh Council (the Council) is looking to develop a residential led scheme on the site of the former Castlebrae High School, located in the North East Locality, off Greendykes Road.
The site is approximately 4.36 hectares (10.77 acres) in size. The scheme has been developed to the end of RIBA Stage 2 with a preferred design identified. The current ambition for the site is to deliver 307 affordable and private for sale units. 144 social and 163 private for sale.
The scheme is currently at pre-planning stage 2. The successful Development Partner will have an opportunity to develop the scheme for planning to ensure they have an opportunity to feed into the detail of the development.
This development opportunity seeks to deliver an energy efficient and sustainable development that supports the Council’s aim of achieving net zero carbon by 2030.
The Development Partner shall be engaged via a two-stage appointment:
- Pre-Development Period (Professional Services Appointment) from RIBA 2 through the planning and developed tender design.
- Development and Construction (Sale Agreement, Development Agreement and Construction Contract).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The duration of the construction will be set by the complexity of the design and is only estimated within this contract notice.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 4
Objective criteria for choosing the limited number of candidates:
A two stage process shall be followed.
Stage 1 - Pre-Qualification via the SPD. The SPD asks tenderers general questions; when completing tenderers must consider statements in this Notice that detail specific requirements. Tenderers must
a) Pass the Minimum Standards in SPD Sections 2,3,4 and 5 in the PCS-T Qualification envelope. Statements for Section can be found in III.1.1, III.1.2, and III.1.3 of this Notice.
b) Complete the scored SPC Section 4C (Technical and Professional Ability) found in the PCS-T Technical Envelope. Statements for these questions can be found in Section III.1.3 of this Notice.
Section 4C will be scored as per the scoring methodology detailed below.
4 - Excellent - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.
3 - Good - Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.
2 - Acceptable - Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.
1 - Poor - Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.
0 - Unacceptable - Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
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
Please note that it is the intention of the Council to enter into a two stage appointment with the successful bidder which results from this procurement exercise. However it should be noted that the initial appointment shall be the Stage One Pre-Development Agreement, which will establish the basis upon which Stage Two would be carried out.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
The Council will disqualify any Candidates who:
- Fail to comply with the requirements of the Public Contracts (Scotland) Regulations 2015;
- Fail to meet any of the mandatory criteria described in the SPD;
- Fail to provide a satisfactory response to any questions in the SPD or inadequately or incorrectly completes any question;
- Submit an SPD after the deadline; and
- Provide false or inaccurate information.
three.1.2) Economic and financial standing
List and brief description of selection criteria
- Part III: Section A, B, C & D - 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 (for above OJEU threshold)/8 and 9 of the Procurement (Scotland) Regulations 2016 (below OJEU threshold).
- Part IV: Selection criteria - B: Economic and Financial Standing – Question 4B.1 - Bidders are required to have a minimum “general” annual turnover of 170m GBP for the last two financial years.
Where a Bidder does not have an annual turnover of this value, the Council may exclude the Bidder from the competition or may apply discretion seeking supporting evidence to determine the Bidder’s suitability to proceed in the competition.
- Part IV: Selection criteria - B: Economic and Financial Standing – Question 4B.4 - Bidders will be required provide the following information in response to 4B.4:
- Current ratio for Current Year: 1.20
- Current ratio for Prior Year: 1.20
The formula for calculating a Bidder’s current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.20. Where a Bidders’ current ratio is less than the acceptable value, the Council may exclude the Bidder from the competition or may apply discretion seeking supporting evidence to determine the Bidder’s suitability to proceed in the competition.
- Part IV: Selection criteria - B: Economic and Financial Standing – Question 4B.5 - Bidders are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
- a. Employers (Compulsory) Liability Insurance - 10m GBP each and every claim
- b. Public and Products Liability Insurance – 10m GBP each and every claim
- c. Contractors All Risk – Contract Works insurance with a Limit per Contract of not less that the value of the works plus 15%
- d. Professional Indemnity Insurance – 5m GBP in the aggregate
Where a Bidder does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Bidder from the competition.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Part IV: Selection Criteria - Technical and Professional Ability – Question 4C.1 –
Question 1 – Previous Delivery Experience – 40%
Please provide two case studies that demonstrate your organisation’s experience of delivering projects of a similar size and complexity to the Former Castlebrae High School Residential Scheme. These case studies must be for projects completed within the last 10 years.
Please also provide the following details as part of both case studies:
-Customer details;
-Contract values – initial estimated value & turn out value; and
-Programme dates – initial programme & actual.
Please also provide a statement for each of the following items relative to one case study:
-A description of the works and/or services delivered;
-Details of the site complexities that were faced on the project and how these were managed and either mitigated or resolved;
-The construction methodologies used on the project;
-The quality control approaches;
-The quality management approach that was adopted and any software/tools used;
-The process followed for the management of aftercare and reporting of defects;
-The approach taken towards defects rectification;
-The approach taken to manage key sub-contractors;
-Details of the community benefits package that was delivered;
-What added value your organisation delivered through its involvement in the project; and
-Details of any lessons learned related to any of the bullet points noted above and how these have been implemented into future works.
Higher marks will be allocated to submissions which fully address all the points noted in turn and detail lessons learnt under each section. Tenderers should evidence experience of successful delivery of housing works of a similar size and complexity, which feature both private and affordable housing. Responses should demonstrate robust quality control, management and defects resolution Added value should be aligned to the site objectives of the case study projects and these objectives made clear in the response.
Responses are limited to 8 pages (excluding images).
Question 2 – Previous Design Experience – 40%
Please provide a case study that demonstrates your organisation’s experience of designing projects of a similar size, scale, and complexity to the Former Castlebrae High School Residential Scheme. This case study must be for a project completed within the last 10 years.
Please also provide the following details:
-Customer details;
-Contract values – initial estimated value & turn out value; and
-Programme dates – initial programme & actual.
Please also provide a statement for each of the following items:
-A description of the services delivered;
-A description of your design management approach which demonstrates high quality design taking account of affordability of the scheme as well as management and maintenance costs;
-Details of your approach to appointing the design team;
-The approach taken to manage the design team appropriately;
-Details of your approach to the landscape architecture, ensuring optimum use of space;
-Approach to designing well connected travel routes throughout the development;
-The approach taken to identifying risks and the management and mitigation of these;
-Details of your communication approach with the client;
-How community and other external stakeholder engagement was managed at the design stage; and
-What added value your organisation delivered through its involvement in the project.
Higher marks will be allocated to submissions which fully address all of the points noted in turn and evidence experience of successfully designing housing works of a similar size and complexity, which features both private and affordable housing. Tenderers should evidence robust management of the design team, the design process, communication, and engagement. Added value should be aligned to the site objectives of the case study projects and these objectives made clear in the response.
Responses are limited to 8 pages (excluding images).
Minimum level(s) of standards possibly required
Question 3 – Health and Safety & Site Security – 20%
Please provide a case study of a similar size, scale and complexity to the Former Castlebrae High School Residential Scheme which focuses on and demonstrates the competencies of your organisations with regards to health and safety and site security. The case study must be for projects completed within the last 10 years.
Please provide details of the personnel response for on-site health and safety and site security on the relevant case study. Please provide a CV for each of these individuals detailing their experience and qualifications in their respective fields.
Please also provide the following details as part of both case studies:
-Customer details;
-A description of the works and/or services delivered;
-Details of how health and safety was promoted on site and communicated to on-site workers;
-Details of any health and safety standards that were adopted;
-The approach taken to securing the site;
-Details of any security specific standards that were adopted;
-The specific measures that were put in place for liaising with key stakeholders and the local community on these issues and how you kept them up to date with site progress etc; and
-Any health and safety issues that arose, how they were addressed and lessons learnt.
Higher marks shall be allocated to responses which address the points noted in turn as well as demonstrate a culture of health and safety within your organisation as well as both successful and well considered site security arrangements.
Responses are limited to 6 pages (excluding images).
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
Competitive procedure with negotiation
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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 000-029812
four.2.2) Time limit for receipt of tenders or requests to participate
Date
23 July 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
1 September 2025
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: 6 (from the date stated for receipt of tender)
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
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 29003. 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:
The Council aims to maximise the social, economic and environmental benefits from its procurement (known as ‘Community Benefits’) by incorporating Community Benefit clauses within its contracts. These benefits are delivered by suppliers in addition to meeting the core requirements of the contract.
Types of community benefits which the Council would like to include within this contract may include, but are not limited to:
- targeted recruitment and training e.g. jobs, training, work experience, job shadowing opportunities, apprenticeships for young persons and unemployed individuals
- supported employment for people with disabilities or other disadvantaged groups
- promotion of job opportunities through local agencies
- training for existing workforce, particularly in relation to traditional skills such as stone masonry, leadwork and slating
- mentoring – suppliers offering support and guidance to local organisations and individuals
- suppliers using community venues and other community services
- promotion of certain supply chain subcontractors (Small to Medium Enterprises, enterprises, supported businesses, Third Sector Organisations);
- the staff of suppliers undertaking volunteering within communities;
- community enhancement - resources provided for community facilities (e.g. playgrounds, habitat enhancements, environmental improvements) and initiatives (e.g. energy efficiency);
- outreach and education opportunities within the community to those associated with or impacted by the types of service provided e.g. promoting careers in construction and trades or care and support to local schools;
- sponsorship of local organisations;
- community consultation, engagement and strengthening of community relations; and
- equal opportunities in terms of the supplier’s staffing and access to services.
Further information on Community Benefits shall be communicated as part of Stage 2 – Tender Stage, however the successful Contractor will be expected to deliver Community Benefits as part of both the pre-development period and the construction period.
(SC Ref:796469)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom