Tender

Enabling Commercial Space Crossmill Lead Consultant

  • East Renfrewshire Council

F02: Contract notice

Notice identifier: 2025/S 000-048764

Procurement identifier (OCID): ocds-h6vhtk-0587ec

Published 14 August 2025, 1:47pm



Section one: Contracting authority

one.1) Name and addresses

East Renfrewshire Council

Eastwood HQ, Eastwood Park,

Giffnock

G46 6UG

Contact

Vanessa Fordyce

Email

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

Email

paisley@scotcourts.gov.uk

Country

United Kingdom