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