Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Community Led Improvement Programme (CLIP) Framework Agreement

  • First published: 28 April 2026
  • Last modified: 28 April 2026
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-0556d5
Published by:
The City of Edinburgh Council
Authority ID:
AA76329
Publication date:
28 April 2026
Deadline date:
27 May 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The City of Edinburgh Council is seeking to implement a Community Wealth Building (CWB) model to deliver a range of greenspace and community development/improvement services to Council owned land.

CWB seeks to transform local and regional economic systems to enable local communities and people to own, have a greater stake in, access and benefit from the wealth our economy generates.

The Council is committed to adopting a CWB approach to its work wherever possible. In order to build on and recognise the importance and investment of local community groups, third sector organisations and not for profit groups the Council is introducing a budget dedicated to a new Community Led Improvement Programme (CLIP). This Framework Agreement shall be limited to Service Providers who support a volunteer network as part of their organisational activities and is anticipated to be of interest primarily to the third sector.

Through the CLIP, the Council intends to support local and third sector organisations and keep some wealth in the local economy, empowering communities to influence their local areas.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The City of Edinburgh Council

Waverley Court, 4 East Market Street

Edinburgh

EH8 8BG

UK

Contact person: Callum Ewan

E-mail: callum.ewan@edinburgh.gov.uk

NUTS: UKM75

Internet address(es)

Main address: http://www.edinburgh.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Community Led Improvement Programme (CLIP) Framework Agreement

Reference number: CT1640

II.1.2) Main CPV code

77310000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The City of Edinburgh Council is seeking to implement a Community Wealth Building (CWB) model to deliver a range of greenspace and community development/improvement services to Council owned land.

CWB seeks to transform local and regional economic systems to enable local communities and people to own, have a greater stake in, access and benefit from the wealth our economy generates.

The Council is committed to adopting a CWB approach to its work wherever possible. In order to build on and recognise the importance and investment of local community groups, third sector organisations and not for profit groups the Council is introducing a budget dedicated to a new Community Led Improvement Programme (CLIP). This Framework Agreement shall be limited to Service Providers who support a volunteer network as part of their organisational activities and is anticipated to be of interest primarily to the third sector.

Through the CLIP, the Council intends to support local and third sector organisations and keep some wealth in the local economy, empowering communities to influence their local areas.

II.1.5) Estimated total value

Value excluding VAT: 1 240 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Community Mapping and Engagement

II.2.2) Additional CPV code(s)

90712100

98000000

98133100

II.2.3) Place of performance

NUTS code:

UKM75

II.2.4) Description of the procurement

The City of Edinburgh Council is seeking to implement a Community Wealth Building (CWB) model to deliver a range of greenspace and community development/improvement services to Council owned land.

CWB seeks to transform local and regional economic systems to enable local communities and people to own, have a greater stake in, access and benefit from the wealth our economy generates.

The Council is committed to adopting a CWB approach to its work wherever possible. In order to build on and recognise the importance and investment of local community groups, third sector organisations and not for profit groups the Council is introducing a budget dedicated to a new Community Led Improvement Programme (CLIP). This Framework Agreement shall be limited to Service Providers who support a volunteer network as part of their organisational activities and is anticipated to be of interest primarily to the third sector.

Through the CLIP, the Council intends to support local and third sector organisations and keep some wealth in the local economy, empowering communities to influence their local areas.

Lot 1 - Community Mapping and Engagement

This Lot seeks Service Providers to develop, manage and deliver CLIP projects across the city.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 360 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The Council holds the option, at its sole discretion, to extend the Framework Agreement for an additional 12 months

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Delivery of Improvement Projects

II.2.2) Additional CPV code(s)

45112700

45112710

45112712

45112723

77310000

77311000

77314000

77314100

77312000

77312100

77340000

77341000

77342000

45233161

45233253

45453100

98133100

II.2.3) Place of performance

NUTS code:

UKM75

II.2.4) Description of the procurement

The City of Edinburgh Council is seeking to implement a Community Wealth Building (CWB) model to deliver a range of greenspace and community development/improvement services to Council owned land.

CWB seeks to transform local and regional economic systems to enable local communities and people to own, have a greater stake in, access and benefit from the wealth our economy generates.

The Council is committed to adopting a CWB approach to its work wherever possible. In order to build on and recognise the importance and investment of local community groups, third sector organisations and not for profit groups the Council is introducing a budget dedicated to a new Community Led Improvement Programme (CLIP). This Framework Agreement shall be limited to Service Providers who support a volunteer network as part of their organisational activities and is anticipated to be of interest primarily to the third sector.

Through the CLIP, the Council intends to support local and third sector organisations and keep some wealth in the local economy, empowering communities to influence their local areas.

Lot 2 - Delivery of Improvement Projects

Building on the work performed in Lot 1, this Lot requires Service Providers to deliver the approved projects working alongside the Lot 1 Service Provider and the Council.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 880 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The Council holds the option, at its sole discretion, to extend the Framework Agreement for an additional 12 months

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Part IV: Selection criteria - B: Economic and Financial Standing – Question 4B.1 - Tenderers are required to have the following minimum “general” annual turnover depending on the Lot/Lots they are tendering for

Lot 1

- A minimum “general” annual turnover of 90,000 GBP for each of the last two financial years. If bidding across multiple localities, turnover requirement will be a product of the stated turnover threshold and the number of localities.

Lot 2

- A minimum “general” annual turnover of 100,000 GBP for each of the last two financial years. If bidding across multiple localities, turnover requirement will be a product of the stated turnover threshold and the number of localities.

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’s suitability to proceed in the competition.

Part IV: Selection criteria - B: Economic and Financial Standing – Question 4B.4 - Tenderers will be required to provide the following information in response to 4B.4 for both Lots:

- Current ratio for Current Year: 1.10

- Current ratio for Prior Year: 1.10

The formula for calculating a Tenderer’s current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.10. Where a Tenderer’s 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’s suitability to proceed in the competition.

Part IV: Selection criteria - B: Economic and Financial Standing – 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:

- a. Employers (Compulsory) Liability Insurance - 10m GBP each and every claim (if applicable)

- b. Public Liability Insurance - 10m GBP each and every claim

- c. Professional Indemnity Insurance - 1m GBP each and every claim

Where 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.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

Part IV: Selection Criteria – C: Prompt Payment – Question 4C.4 – It 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.

Please note that tenderers who fail to answer “Yes” to this question may not have their tender considered further or proceed to the Price/Quality ratio calculation.

Part IV: Selection criteria – C: Living Wage Payment – Question 4C.4 – Tenderers 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.

Please note that tenderers who fail to answer “Yes” to this question may not have their tender considered further or proceed to the Price/Quality ratio calculation.

Part IV: Selection criteria - C: Environmental Management Measures – Question 4C.7 – Successful Bidders 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. To help deliver the city’s net zero commitment your organisation will be required to complete the Council’s Environmental Impact and Adaptation Resources form (Document 014 of the tender pack) within six months of being awarded a place on the Framework Agreement.

Part IV: Selection Criteria – C: Qualifications – Question 4C.3 – Disclosure Scotland – Tenderers are required to ensure that they have carried out and obtained at a minimum, Standard Disclosure checks for all relevant staff. Staff who deliver regulated services to children or to vulnerable adults must have a PVG. Please refer to https://www.mygov.scot/disclosure-types/ for guidance.

Tenderers should confirm that these conditions have/will be met within the response to this question and provide evidence to confirm compliance. Where a Tenderer does not demonstrate compliance to the Council’s satisfaction, the Council may exclude the Tenderer from the competition.

Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management – Question 4D.1 – It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Tenderers should confirm that this condition has been met within the response to this question. Where a Tenderer does not have a Health & Safety Policy and is required to do so, the Council may exclude the Tenderer from the competition.


III.2) Conditions related to the contract

III.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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 40

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2025/S 000-036454

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

Date: 27/05/2026

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 27/05/2026

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Subject to the success of the pilot Framework Agreement, it is estimated the requirement would be retendered around early to mid 2028

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31391. 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:

Lot 2 service providers only, subject to the Council's thresholds being met. Please see specification document for further details.

(SC Ref:828292)

VI.4) Procedures for review

VI.4.1) Review body

Sheriff Court

Sheriff Court House, 27 Chambers Street

Edinburgh

EH1 1LB

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The contracting authority will comply with the Public Contracts (Scotland) Regulations 2015.

Any proceedings must be brought within the timescales set out in Regulation 88 of the Regulations.

Proceedings must be started within 30 days beginning with the date when the economic operator first knew or ought to have known that grounds for starting the proceedings had arisen.

VI.5) Date of dispatch of this notice

27/04/2026

Coding

Commodity categories

ID Title Parent category
98133100 Civic betterment and community facility support services Services furnished by social membership organisations
45233161 Footpath construction work Construction, foundation and surface works for highways, roads
77314100 Grassing services Grounds maintenance services
77314000 Grounds maintenance services Planting and maintenance services of green areas
77342000 Hedge trimming Tree pruning and hedge trimming
45112700 Landscaping work Excavating and earthmoving work
45112712 Landscaping work for gardens Excavating and earthmoving work
45112710 Landscaping work for green areas Excavating and earthmoving work
45112723 Landscaping work for playgrounds Excavating and earthmoving work
77311000 Ornamental and pleasure gardens maintenance services Planting and maintenance services of green areas
98000000 Other community, social and personal services Other Services
77310000 Planting and maintenance services of green areas Horticultural services
45453100 Refurbishment work Overhaul and refurbishment work
45233253 Surface work for footpaths Construction, foundation and surface works for highways, roads
77341000 Tree pruning Tree pruning and hedge trimming
77340000 Tree pruning and hedge trimming Horticultural services
90712100 Urban environmental development planning Environmental planning
77312000 Weed-clearance services Planting and maintenance services of green areas
77312100 Weed-killing services Weed-clearance services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
callum.ewan@edinburgh.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.