← Back to opportunities

CT1674 - Clerk of Works Framework Agreement

The City of Edinburgh Council

Buyer Contact Info

Buyer Name: The City of Edinburgh Council

Buyer Address: Waverley Court, 4 East Market Street, Edinburgh, UKM75, EH8 8BG, United Kingdom

Contact Name: Hannah Boutiche

Contact Email: hannahboutiche@icloud.com

Contact Telephone: +44 1314693922

Status
active
Procedure
open
Value
5000000.0 GBP
Published
19 Dec 2025, 14:45
Deadline
30 Jan 2026, 12:00
Contract Start
n/a
Contract End
n/a
Category
services
CPV
71000000 - Architectural, construction, engineering and inspection services
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

The City of Edinburgh Council (the Council) requires a Framework Agreement for the provision of Clerk of Works services to support the delivery of the Council’s capital construction projects. The Framework Agreement will be utilised by the Councils’ Place Development and Regeneration, Housing Service, Capital Programmes Team, Edinburgh Waterfront, Facilities Management, Housing and Homelessness, Sustainable Construction Delivery and Mixed Tenure Improvement Services. This arrangement will provide Clerk of Works resource for service areas delivering both residential and non-residential construction projects. Residential projects will be centred around the Council’s affordable house building programme (Development and Regeneration) and potentially in upgrades, refurbishment of existing housing (Housing). Non-residential construction is wider ranging and may include delivery of education, leisure or other buildings being delivered on behalf of the Council through the capital programme. Clerks of Works are used as a quality control resource across construction sites. They attend site daily, on the client’s behalf, inspecting progress with construction against the construction drawings. The Council uses general building Clerks of Works as well as those experienced in the installation of mechanical and engineering components and fire safety.

Linked Documents

No linked documents found for this notice.

Opportunity Context

Lots

Lot Description: The City of Edinburgh Council (the Council) requires a Framework Agreement for the provision of Clerk of Works services to support the delivery of the Council’s capital construction projects. The Framework Agreement will be utilised by the Councils’ Place Development and Regeneration, Housing Service, Capital Programmes Team, Edinburgh Waterfront, Facilities Management, Housing and Homelessness, Sustainable Construction Delivery and Mixed Tenure Improvement Services. This arrangement will provide Clerk of Works resource for service areas delivering both residential and non-residential construction projects. Residential projects will be centred around the Council’s affordable house building programme (Development and Regeneration) and potentially in upgrades, refurbishment of existing housing (Housing). Non-residential construction is wider ranging and may include delivery of education, leisure or other buildings being delivered on behalf of the Council through the capital programme. Clerks of Works are used as a quality control resource across construction sites. They attend site daily, on the client’s behalf, inspecting progress with construction against the construction drawings. The Council uses general building Clerks of Works as well as those experienced in the installation of mechanical and engineering components and fire safety.

Lot 1 Status: active

Lot 1 Has Options: No

Lot 1 Award Criterion (quality): Quality

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-FTS-346",
    "name": "The City of Edinburgh Council"
  },
  "date": "2025-12-19T14:45:48Z",
  "description": "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=818915.\nThe 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.\nSuppliers 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.\nA sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363\nCommunity benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\nA summary of the expected community benefits has been provided as follows:\nCommunity Benefits are applicable to all awards made over 50,000 GBP on the Agreement, tenderers shall be evaluated on the content and method of delivery as outlined within the Instructions to Tenderers and Tenderers submission documents\n(SC Ref:818915)\nDownload the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=818915",
  "id": "084982-2025",
  "initiationType": "tender",
  "language": "en",
  "links": [
    {
      "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000818915",
      "rel": "canonical"
    }
  ],
  "ocid": "ocds-h6vhtk-05fa89",
  "parties": [
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "Edinburgh",
        "postalCode": "EH8 8BG",
        "region": "UKM75",
        "streetAddress": "Waverley Court, 4 East Market Street"
      },
      "contactPoint": {
        "email": "hannahboutiche@icloud.com",
        "name": "Hannah Boutiche",
        "telephone": "+44 1314693922",
        "url": "https://www.publiccontractsscotland.gov.uk/"
      },
      "details": {
        "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290",
        "classifications": [
          {
            "description": "Regional or local authority",
            "id": "REGIONAL_AUTHORITY",
            "scheme": "TED_CA_TYPE"
          },
          {
            "description": "General public services",
            "id": "01",
            "scheme": "COFOG"
          }
        ],
        "url": "http://www.edinburgh.gov.uk"
      },
      "id": "GB-FTS-346",
      "identifier": {
        "legalName": "The City of Edinburgh Council"
      },
      "name": "The City of Edinburgh Council",
      "roles": [
        "buyer"
      ]
    },
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "Edinburgh",
        "streetAddress": "27 Chambers Street"
      },
      "id": "GB-FTS-10651",
      "identifier": {
        "legalName": "Edinburgh Sheriff Court"
      },
      "name": "Edinburgh Sheriff Court",
      "roles": [
        "reviewBody"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "awardPeriod": {
      "startDate": "2026-01-30T12:00:00Z"
    },
    "bidOpening": {
      "date": "2026-01-30T12:00:00Z"
    },
    "classification": {
      "description": "Architectural, construction, engineering and inspection services",
      "id": "71000000",
      "scheme": "CPV"
    },
    "contractTerms": {
      "electronicInvoicingPolicy": "allowed",
      "hasElectronicOrdering": true,
      "hasElectronicPayment": true
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "The City of Edinburgh Council (the Council) requires a Framework Agreement for the provision of Clerk of Works services to support the delivery of the Council\u2019s capital construction projects. The Framework Agreement will be utilised by the Councils\u2019 Place Development and Regeneration, Housing Service, Capital Programmes Team, Edinburgh Waterfront, Facilities Management, Housing and Homelessness, Sustainable Construction Delivery and Mixed Tenure Improvement Services. This arrangement will provide Clerk of Works resource for service areas delivering both residential and non-residential construction projects. Residential projects will be centred around the Council\u2019s affordable house building programme (Development and Regeneration) and potentially in upgrades, refurbishment of existing housing (Housing). Non-residential construction is wider ranging and may include delivery of education, leisure or other buildings being delivered on behalf of the Council through the capital programme. Clerks of Works are used as a quality control resource across construction sites. They attend site daily, on the client\u2019s behalf, inspecting progress with construction against the construction drawings. The Council uses general building Clerks of Works as well as those experienced in the installation of mechanical and engineering components and fire safety.",
    "hasRecurrence": true,
    "id": "ocds-h6vhtk-05fa89",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "Building-inspection services",
            "id": "71315400",
            "scheme": "CPV"
          },
          {
            "description": "Industrial quality control services",
            "id": "71731000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "region": "UKM75"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "32014L0024",
      "scheme": "CELEX"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "70",
              "name": "Quality",
              "type": "quality"
            },
            {
              "description": "30",
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "durationInDays": 1440
        },
        "description": "The City of Edinburgh Council (the Council) requires a Framework Agreement for the provision of Clerk of Works services to support the delivery of the Council\u2019s capital construction projects. The Framework Agreement will be utilised by the Councils\u2019 Place Development and Regeneration, Housing Service, Capital Programmes Team, Edinburgh Waterfront, Facilities Management, Housing and Homelessness, Sustainable Construction Delivery and Mixed Tenure Improvement Services. This arrangement will provide Clerk of Works resource for service areas delivering both residential and non-residential construction projects. Residential projects will be centred around the Council\u2019s affordable house building programme (Development and Regeneration) and potentially in upgrades, refurbishment of existing housing (Housing). Non-residential construction is wider ranging and may include delivery of education, leisure or other buildings being delivered on behalf of the Council through the capital programme. Clerks of Works are used as a quality control resource across construction sites. They attend site daily, on the client\u2019s behalf, inspecting progress with construction against the construction drawings. The Council uses general building Clerks of Works as well as those experienced in the installation of mechanical and engineering components and fire safety.",
        "hasOptions": false,
        "hasRenewal": false,
        "id": "1",
        "status": "active",
        "submissionTerms": {
          "variantPolicy": "notAllowed"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "otherRequirements": {
      "requiresStaffNamesAndQualifications": true
    },
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "recurrence": {
      "description": "In 2029"
    },
    "reviewDetails": "A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the FTS or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.",
    "selectionCriteria": {
      "criteria": [
        {
          "appliesTo": [
            "supplier"
          ],
          "description": "Part 4: Selection criteria - B: Economic and financial standing \u2013 Question 4B.1 - Tenderers are required to have a minimum \u201cgeneral\u201d annual turnover of 800,000 GBP for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer\u2019s suitability to proceed in the competition.\nPart 4: Selection criteria - B: Economic and financial standing \u2013 Question 4B.4 - Tenderers will be required provide the following information in response to 4B.4:\n- Current ratio for Current Year: 1.15\n- Current ratio for Prior Year: 1.15\nThe formula for calculating a Tenderer\u2019s current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.10. Where a Tenderers\u2019 current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer\u2019s suitability to proceed in the competition.\nPart 4: Selection criteria - B: Economic and financial standing \u2013 Question 4B.5 - Tenderers 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:\n- a. Employers (Compulsory) Liability Insurance - 5m GBP\n- b. Public Liability Insurance - 10m GBP\n- c. Professional Indemnity Insurance - 1m GBP\nWhere a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council may exclude the Tenderer from the competition.",
          "type": "suitability"
        },
        {
          "appliesTo": [
            "supplier"
          ],
          "description": "As detailed above",
          "type": "economic"
        },
        {
          "appliesTo": [
            "supplier"
          ],
          "description": "Part IV: Selection criteria - D: Quality Assurance Schemes \u0026 Environmental Management  Question 4D.1 - It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health \u0026 Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health \u0026 Safety Policy and is required to do so, the Council may exclude the Bidder from the competition.\nPart IV: Selection Criteria \u2013 Prompt Payment \u2013 Question 4C.4 \u2013\nIt is a mandatory requirement of this Contract that a prompt payment clause is present in all Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request or as contractually scheduled.\nPart IV: Selection Criteria \u2013 Living Wage Payment \u2013 Question 4C.5 \u2013\nTenderers are asked to confirm that they will pay staff that are involved in the delivery of the contract (including any agency or sub-contractor staff directly involved in the delivery of the contract), at least the real Living Wage. Tenderers should confirm that this condition will be met within the response to this question. Please note that tenderers who fail to answer \u201cYes\u201d to this question may not have their tender considered further or proceed to the Price/Quality ratio calculation.\nPart IV: Selection Criteria \u2013 Environmental Measures \u2013 Question 4C.7 \u2013\nTenderers will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to:\n- A completed copy of \u201cBidder Priority Contract Climate Change Plan \u2013 Blank Template\u201d including planned projects and actions to reduce the Tenderer\u2019s carbon emissions. This does not need to contain calculated carbon emissions.\nWhere a Tenderer\u2019s response is of a less than the acceptable standard, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer\u2019s suitability to proceed in the competition.",
          "type": "technical"
        }
      ]
    },
    "status": "active",
    "submissionMethod": [
      "written"
    ],
    "submissionTerms": {
      "bidValidityPeriod": {
        "endDate": "2026-05-15T23:59:59+01:00"
      },
      "languages": [
        "en"
      ]
    },
    "techniques": {
      "frameworkAgreement": {
        "maximumParticipants": 5
      },
      "hasFrameworkAgreement": true
    },
    "tenderPeriod": {
      "endDate": "2026-01-30T12:00:00Z"
    },
    "title": "CT1674 - Clerk of Works Framework Agreement",
    "value": {
      "amount": 5000000,
      "currency": "GBP"
    }
  }
}