Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Scotland Excel
Renfrewshire House, Cotton Street
Paisley
PA1 1AR
UK
Telephone: +44 1414888230
E-mail: construction@scotland-excel.org.uk
NUTS: UKM83
Internet address(es)
Main address: http://www.scotland-excel.org.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
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/esop/pts-host/public/pts/web/login.html
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Engineering and Technical Consultancy
Reference number: 0124
II.1.2) Main CPV code
71300000
II.1.3) Type of contract
Services
II.1.4) Short description
This framework is for engineering and technical consultancy services. These service will primarily relate to civil engineering and other
associated discipline which includes:
- Roads and Structures Engineering and Technical Related Consultancy services
- Transportation and Traffic Engineering and Technical Related Consultancy services
- Environmental Engineering and Technical Related Consultancy services
- Land Surveying Engineering and Technical Related Consultancy services
- Drainage and Flooding Engineering and Technical Related Consultancy services
- Geoenvironmental and Geotechnical Engineering and Technical Related Consultancy services
- Coastal and Maritime Structures Engineering and Technical Related Consultancy services
- Master Planning Relating to Engineering and Technical Related Consultancy services
- Project and Commercial Management Relating to Engineering and Technical Related Consultancy services
II.1.5) Estimated total value
Value excluding VAT:
160 000 000.00
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
Roads and Structures Engineering and Technical Related Consultancy services
II.2.2) Additional CPV code(s)
71300000
71310000
71311000
71312000
71318000
71322000
71335000
71336000
71337000
71340000
71350000
71631400
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.
II.2.4) Description of the procurement
The services encompass a range of roads and structures related consultancy services, which may include:
Transport related work for the development of road schemes
Roads and infrastructure
Structures and structural
Bridges and quay walls
Drainage
Earthworks
Water supply
Lighting and electrical
Cycleway and footpath
Streetscape
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
48 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
II.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public
Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
Lot No: 2
II.2.1) Title
Transportation and Traffic Engineering and Technical Related Consultancy services
II.2.2) Additional CPV code(s)
71300000
71310000
71311000
71311100
71311220
71318000
71320000
71322500
71335000
71336000
71340000
71350000
71631400
60000000
60100000
60112000
60600000
63710000
63712000
63720000
63726000
71311200
63712700
63700000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.
II.2.4) Description of the procurement
The services encompass a range of transportation and traffic related consultancy services, which may include:
Transport and travel
Transport and traffic management
Transport and traffic signals
Road safety and accident investigation and prevention
Preparation of traffic orders – may also include undertaking statutory consultation process
Carrying out appraisals - Scottish Transport Appraisal Guidance (STAG)
Street engineering
Electric vehicle charging points
Development control for planning applications and roads construction consent
Reviews, strategies, etc. in relation to parking
Waterborne transport
Freight and logistics
Public transport
Active travel (walking, cycling, etc)
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
67 200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
II.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public
Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
Lot No: 3
II.2.1) Title
Environmental Engineering and Technical Related Consultancy services
II.2.2) Additional CPV code(s)
71300000
71310000
71311000
71311100
71312000
71313000
71320000
71318000
71322000
71335000
71350000
71631400
71313400
71313420
71313430
71313440
71313450
90700000
90712000
90712100
90713000
90714000
90722200
90721000
90722000
71336000
71340000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.
II.2.4) Description of the procurement
The services encompass a range of environmental consultancy services, primarily in relation to engineering and construction services,
which may include:
Noise and sound
Vibration
Atmospheric
Light
Acoustic
Water quality
Land quality
Air quality
Environmental
Ecology and biodiversity
Habitat
Rot and damp
Vegetation
Contamination
Hydrographic
Arboriculture
Landscape design
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
3 200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
II.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public
Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
Lot No: 4
II.2.1) Title
Land Surveying Engineering and Technical Related Consultancy services
II.2.2) Additional CPV code(s)
71353000
71353200
71355000
71355200
71000000
71300000
71310000
71311100
71318000
71320000
71335000
71336000
71315300
38290000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland
II.2.4) Description of the procurement
The services encompass a range of land survey consultancy services, primarily in relation to engineering and construction services, which
may include:
Topographical
Building facade
Aerial
Ground penetration radar
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
1 600 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
II.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public
Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
Lot No: 5
II.2.1) Title
Drainage and Flooding Engineering and Technical Related Consultancy services
II.2.2) Additional CPV code(s)
90733500
90733800
44163112
71240000
71300000
71310000
71311000
71311100
71320000
71322000
71335000
71336000
71337000
71350000
71340000
71631400
72242000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.
II.2.4) Description of the procurement
The services encompass a range of drainage and flooding related consultancy services, primarily in relation to engineering and construction
services, which may include:
Flood risk management
Flood protection and prevention
Requirements emerging from the Flood Risk Management (Scotland) Act 2009
Hydrology and hydraulic
Water and watercourses
Sewer
Weather and asset
Drainage
Sustainable drainage systems (SuDS)
Dams and reservoirs
Coastal
Catchment area
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
9 600 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
II.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public
Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
Lot No: 6
II.2.1) Title
Geoenvironmental and Geotechnical Engineering and Technical Related Consultancy services
II.2.2) Additional CPV code(s)
71332000
71352000
71300000
71310000
71311000
71312000
71318000
71320000
71335000
71336000
71340000
71631400
71600000
71632000
71350000
71337000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.
II.2.4) Description of the procurement
The services encompass a range of geoenvironmental/ geotechnical and testing related consultancy services, which may include:
Geotechnical
Geo-environmental (including Part IIA Inspections)
Hydrogeology
Site and ground
Scientific services
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
4 800 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
II.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public
Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
Lot No: 7
II.2.1) Title
Coastal and Maritime Engineering and Technical Related Consultancy services
II.2.2) Additional CPV code(s)
71300000
71310000
71311000
71312000
71318000
71322000
71335000
71336000
71337000
71340000
71350000
71631400
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.
II.2.4) Description of the procurement
The services encompass a range of coastal and maritime related consultancy services, primarily in relation to engineering and construction
services, which may include:
Breakwaters
Seawalls
Piers
Jetties
Slipways
Groynes
Offshore Breakwaters
Revetments
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
3 200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
II.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public
Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
Lot No: 8
II.2.1) Title
Master Planning Engineering and Technical Related Consultancy services
II.2.2) Additional CPV code(s)
71240000
71356400
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.
II.2.4) Description of the procurement
The services encompass a range of master planning services, in relation to work generally associated with the subject matter of the contract,
which may include:
Neighbourhood character and heritage
Housing and commercial areas
Open space and public realm
Community facilities
Biodiversity
Transport and traffic
Coastal and maritime
Urban planning
Land use
Planning advice
Urban and green planning
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
8 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
II.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public
Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
Lot No: 9
II.2.1) Title
Project and Commercial Management Engineering and Technical Related Consultancy services
II.2.2) Additional CPV code(s)
71541000
72224000
71242000
71248000
79418000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
arious locations throughout the geographical boundaries of the participating councils and associate members within Scotland.
II.2.4) Description of the procurement
The services encompass a range of project and commercial management services, in relation to work generally associated with the subject matter of the contract.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
14 400 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
II.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public
Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
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:
List and brief description of selection criteria:
1. SPD (Scotland) Questions 4B.5.1 and 4B.5.2 - Insurance Requirements
2. SPD (Scotland) Questions 4B.6 - Other Economic and Financial Requirements
In accordance with Regulation 59(12), as this proposed framework agreement is divided into lots, these economic and financial standing selection criteria apply separately in relation to each individual lot.
INSURANCE REQUIREMENTS:
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
ALL LOTS
EMPLOYERS (COMPULSORY) LIABILITY INSURANCE – to a minimum level of 5 million GBP, in respect of each and every claim without limit to the number of claims.
PUBLIC LIABILITY INSURANCE – to a minimum level of 5 million GBP, in respect of each and every claim without limit to the number of claims..
PROFESSIONAL INDEMNITY INSURANCE – to a minimum level of 1 million GBP, in respect of each and every claim with an aggregate limit of 5 million GBP.
MOTOR VEHICLE INSURANCE – statutory Third Party motor vehicle insurance to a minimum indemnity limit of 5 million GBP in respect of each claim and without limit to the number of claims for property damage, and unlimited for Third Party injury.
For tenderers who will sub contract parts of the business, it is a requirement that the tenderer requires to provide a letter signed by a person of appropriate authority confirming that the tenderer has ongoing arrangements in place to ensure that subcontractors’ vehicles are appropriately insured and maintained.
Minimum level(s) of standards required:
Tenderers must note that these minimum levels of insurance are required to be awarded onto the framework, however, the Councils may request an increase to the minimum level of insurance cover required or request additional insurance cover when awarding a Work Order under the Framework Contract. LIMITATIONS ON LIABILITY are detailed in the published terms and conditions of Contract.
FURTHER LIMITATIONS on LIABILITY ARE NOT ACCEPTED.
SPD (SCOTLAND) QUESTION 4B.6 - OTHER ECONOMIC AND FINANCIAL REQUIREMENTS:
A search of the tenderer against Equifax's ScoreCheck and Protect must not result in a “Rating”, “Warning” or “Caution” return which identifies financial risk, unless the tenderer confirms that it can provide any other document which Scotland Excel considers appropriate to prove to Scotland Excel (acting within its permitted discretion under the applicable public procurement rules) that the tenderer does/would not present an unmanageable risk should it be appointed on to the proposed Framework Agreement.
Equifax's Protect is a fraud indicator / credit risk search and analysis of five areas of threat in relation to a particular company: credit history; disqualification; validation and investigation bureau; connected data; and bureau information.
Tenderers relying on the financial standing of a parent company who are unable to commit to obtaining a parent company guarantee may be assessed as a FAIL and will be excluded from the competition.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
1.SPD (Scotland) Question 4C.10 – Subcontracting
2.SPD (Scotland) Question 4C.12 - Certificates
3.SPD (Scotland) Question 4D.1 - Quality Assurance Schemes and Health and Safety Procedures
4.SPD (Scotland) Question 4D.2 - Environmental Management Standards
In accordance with Regulation 59(12), as this proposed framework agreement is divided into lots, these technical and professional ability selection criteria apply separately in relation to each individual lot.
Minimum level(s) of standards required:
Further to the identified selection criteria outlined above, full guidance and the minimum levels of standards required are outlined in the
"0124 Technical and Professional Ability" document, which can be found in the "Contract
Notice" folder in the Buyer Attachment area, within ITT 57622 of project 28254.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
For full details of the conditions relevant to the proposed Framework Contract and contracts to be called off thereunder (to the extent known or settled at this stage), please see the tender documents (details of how to access these are set out in section "I.3, Communication" of this Contract Notice).
Scotland Excel will require the members of any tendering group of entities (including, but not limited to consortium members, members of a group of economic operators and/or sub-contractors) to be jointly and severally liable for the performance of the contract (no matter the legal form taken by those entities in order to enter into the contract).
For further information relative to the submission of consortia tenders, tenders by groups of economic operators and sub-contracting, please refer to the tender documentation which is available in the relevant PCS-T project for this procurement exercise.
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: 30
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:
2024/S 000-011598
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
18/06/2025
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
Tender must be valid until:
01/12/2025
IV.2.7) Conditions for opening of tenders
Date:
18/06/2025
Local time: 12:00
Place:
Tenders will be opened electronically, using PCS-T, via Scotland Excel’s offices at the address shown in section I.1 (Contracting Authority) of this Notice
Information about authorised persons and opening procedure:
Officers permitted to open tenders on behalf of Scotland Excel under its governance arrangements.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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
Scotland Excel is a central purchasing body and is procuring this framework on behalf of the following contracting authorities (and
successor bodies):
A) The 32 local authorities in Scotland as listed at http://www.scotland-excel.org.uk/home/aboutus/ourmembers.aspx
B) Scotland Excel associate members as listed at http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Associate-members.aspx
C) any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working)(Scotland)Act 2014.
D) Any Scottish Registered Social Landlords listed on the public register of the Scottish Housing Regulator:
http://directory.scottishhousingregulator.gov.uk/Documents/Landlord%20Register.pdf as at the date of publication of this notice.
E) Tayside Contracts
F) Advanced Procurement for Universities and Colleges (APUC Ltd) and their member organisations across the higher and further
education sector in Scotland and their associated and affiliated bodies.
G) Scottish Prison Service (SPS)
H) Scottish National Health Service Authorities and Trusts
I) Transport Scotland
J) Scottish Government and Scottish Central Government Bodies.
The above is subject to each contracting authority entering into and maintaining a relevant membership agreement or other access
agreement with Scotland Excel.
Retrospective rebates apply to this framework. For further details, please see SXL 0124 Framework Contract.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28254. 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:
In accordance with section 25(3) of the Procurement Reform (Scotland) Act 2014 note that Scotland Excel intends to include community benefit requirements. As part of your response within the Technical criteria, Tenderers will be requested to commit to delivery of community benefits in accordance with the methodology outlined in the tender documents
A summary of the expected community benefits has been provided as follows:
Tenderers are requested to agree to the community benefits approach as set out in the ITT. Where agreed, if successful in award onto the
framework and if a Work Order is awarded through the framework, consultants will be required to:
1. Upon award of the Work Order proactively engage with the Council to agree the selection of community benefit outcomes and how
these will be monitored between the parties (including reporting and reviews).
2. Commence implementing the community benefits immediately, or as soon as reasonably possible, upon being appointed a Work Order.
3. Inform Scotland Excel of the selection of community benefit outcomes which have been agreed with the Council and report on the
delivery these on a bi-annual basis in a format prescribed by Scotland Excel.
(SC Ref:789382)
VI.4) Procedures for review
VI.4.1) Review body
Court of Session
Parliament Square
Edinburgh
EH1 1RQ
UK
VI.5) Date of dispatch of this notice
13/05/2025