Section one: Contracting authority
one.1) Name and addresses
East Renfrewshire Council
Eastwood HQ, Eastwood Park,
Giffnock
G46 6UG
Contact
Vanessa Fordyce
vanessa.fordyce@eastrenfrewshire.gov.uk
Telephone
+44 1415773669
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
http://www.eastrenfrewshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183
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
Enabling Commercial Space Crossmill Lead Consultant
Reference number
ERC000623
two.1.2) Main CPV code
- 71311300 - Infrastructure works consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
East Renfrewshire Council is inviting tenders, from suitably qualified companies for the provision of Lead Consultancy Service for the Enabling Commercial Space Crossmill Plots G&H project (LOCATION: Crossmill Business Park, Barrhead).
The project aims to deliver new, flexible commercial space and enabling public and private sector delivery of space through land remediation and service provision. The project will directly deliver two outputs:
the creation new, flexible commercial space (including Advanced Manufacturing) for lease to market and
the development of further commercial stock through land remediation and servicing of a separate, adjacent site.
Located within Barrhead and serving small to medium sized commercial interests, the flexible and adaptable design of the space will be configured in a modern format to suit business needs from the foundational economy or for established businesses to growth and expand. It is proposed that additional floor space be constructed on plots G & H of the Business Park, that will fall within three Planning Use Classes - 4 (offices and light industry), 5 (general industry) including Advanced Manufacturing and 6 (storage).
two.1.5) Estimated total value
Value excluding VAT: £450,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71311300 - Infrastructure works consultancy services
- 71312000 - Structural engineering consultancy services
- 71311000 - Civil engineering consultancy services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
East Renfrewshire Council is inviting tenders, from suitably qualified companies for the provision of Lead Consultancy Service for the Enabling Commercial Space Crossmill Plots G&H project (LOCATION: Crossmill Business Park, Barrhead).
The project aims to deliver new, flexible commercial space and enabling public and private sector delivery of space through land remediation and service provision. The project will directly deliver two outputs:
the creation new, flexible commercial space (including Advanced Manufacturing) for lease to market and
the development of further commercial stock through land remediation and servicing of a separate, adjacent site.
Located within Barrhead and serving small to medium sized commercial interests, the flexible and adaptable design of the space will be configured in a modern format to suit business needs from the foundational economy or for established businesses to growth and expand. It is proposed that additional floor space be constructed on plots G & H of the Business Park, that will fall within three Planning Use Classes - 4 (offices and light industry), 5 (general industry) including Advanced Manufacturing and 6 (storage).
two.2.5) Award criteria
Quality criterion - Name: Technical Ability / Weighting: 30
Quality criterion - Name: Innovative Design Options / Weighting: 5
Quality criterion - Name: Community Benefits / Weighting: 10
Quality criterion - Name: Sustainability / Weighting: 10
Quality criterion - Name: Fair Work Practice and living wage / Weighting: 10
Quality criterion - Name: Management and Timescales / Weighting: 35
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £450,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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 8 and 9 of the Procurement (Scotland) Regulations 2016
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
Bidders (or their sub-contractor(s) are required to be a current member Royal Institution of Chartered Surveyors in order to be considered for this contract
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders will be required to have a minimum yearly “specific” turnover of 300,000 GBP for the last 2 years in the business area covered by the contract.
Employer’s (Compulsory) Liability Insurance = 10 million GBP
Public Liability Insurance 5 million GBP
Professional Indemnity Insurance 2 million GBP
To establish the financial standing of a Tenderer, the Council will firstly take into account a risk report provided independently by Credit Safe. Within such reports, the risk of business failure is expressed as a score ranging from 1 -100. In the event that a company is determined to have a risk failure rating of below 30 i.e. that the company is considered to have a high risk of business failure, the submission will not be considered further.
Where you are not registered on credit safe e.g. charitable organisations, new start companies and Sole Traders you are to submit 2 years financial accounts, including Profit & Loss Statement and Balance Sheet for consideration.
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
15 September 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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
15 September 2025
Local time
12:00pm
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 ITT exercise. The Project code is 21614. 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/
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.
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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29546. 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/
A summary of the expected community benefits has been provided as follows:
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
Community Benefits has been included as a mandatory requirement. Minimum Community Benefit Points (CBP) Required - 120.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21614. 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:806178)
six.4) Procedures for review
six.4.1) Review body
Paisley Sheriff Court and Justice of the Peace
Paisley
PA3 2HW
Country
United Kingdom