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

Engineering and Technical Consultancy

  • First published: 06 November 2025
  • Last modified: 06 November 2025
  • 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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-055ffe
Published by:
Scotland Excel
Authority ID:
AA20796
Publication date:
06 November 2025
Deadline date:
10 December 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This framework is for engineering and technical consultancy services. These services will primarily relate to civil engineering and other

associated disciplines which include:

- 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

Full notice text

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: 1025

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 services will primarily relate to civil engineering and other

associated disciplines which include:

- 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

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 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

Please see the Framework Contract, Section 5 Scope, contained in the PCS-Tender project relevant to this procurement for further information

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: Yes

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

Transport 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)

Please see the Framework Contract, Section 5 Scope, contained in the PCS-Tender project relevant to this procurement for further information

Street engineering

Electric vehicle charging points

Development control for planning applications and roads construction consent

Parking reviews, strategies, etc.

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: Yes

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

Please see the Framework Contract, Section 5 Scope, contained in the PCS-Tender project relevant to this procurement for further information

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: Yes

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

Please see the Framework Contract, Section 5 Scope, contained in the PCS-Tender project relevant to this procurement for further information

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: Yes

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

Please see the Framework Contract, Section 5 Scope, contained in the PCS-Tender project relevant to this procurement for further information

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: Yes

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

Please see the Framework Contract, Section 5 Scope, contained in the PCS-Tender project relevant to this procurement for further information

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: Yes

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 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 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

Please see the Framework Contract, Section 5 Scope, contained in the PCS-Tender project relevant to this procurement for further information

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: Yes

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 Relating to 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

Please see the Framework Contract, Section 5 Scope, contained in the PCS-Tender project relevant to this procurement for further information

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: Yes

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 Relating to 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:

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

II.2.4) Description of the procurement

The services may encompass a range of project and commercial management services, in relation to work generally associated with the subject matter of the contract.

Please see the Framework Contract, Section 5 Scope, contained in the PCS-Tender project relevant to this procurement for further information

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: Yes

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:

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.

1. SPD (Scotland) Questions 4B.5.1 and 4B.5.2 - Insurance Requirements

2. SPD (Scotland) Questions 4B.6 - Other Economic and Financial Requirements


Minimum level(s) of standards required:

SPD (SCOTLAND) QUESTIONS 4B.5.1 AND 4B.5.2 - 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.

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.

The position relative to LIMITATIONS ON LIABILITY is detailed in the procurement documents.

FURTHER LIMITATIONS on LIABILITY ARE NOT ACCEPTED.

SPD (SCOTLAND) QUESTION 4B.6 - OTHER ECONOMIC AND FINANCIAL REQUIREMENTS:

Tenderers will pass the economic and financial standing test where Scotland Excel is assured of the tenderer’s financial viability and sustainability for participation in the contract. As such, an Equifax search of the tenderer must not identify financial risk by means of: an adverse rating; or warning; or caution code. Where such a risk is identified at any stage of the exercise, the tenderer will fail selection and be excluded from award. At Scotland Excel’s sole discretion, alternative means of proof may be considered in accordance with Regulation 61 of the Public Contracts (Scotland) Regulations 2015.

SCOTLAND EXCEL MUST BE NOTIFIED OF ANY CHANGE OF CIRCUMSTANCES WHICH IMPACTS ON THE ECONOMIC AND FINANCIAL STANDING TEST. AWARD RECOMMENDATIONS ARE SUBJECT TO CONTINUED COMPLIANCE WITH THE TENDER REQUIREMENTS.

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:

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.

1.SPD (Scotland) Question 4C.10 – Subcontracting

2.SPD (Scotland) Question 4D.1 - Quality Assurance Schemes and Health and Safety Procedures

3.SPD (Scotland) Question 4D.2 - Environmental Management Standards


Minimum level(s) of standards required:

SPD (SCOTLAND) QUESTION 4C.10 SUBCONTRACTING REQUIREMENTS:

Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contracts to be called-off under the proposed framework agreement.

SPD (SCOTLAND) QUESTION 4D.1 QUALITY ASSURANCE SCHEMES AND HEALTH AND SAFETY PROCEDURES AND SPD (SCOTLAND) AND QUESTION 4D.2 - ENVIRONMENTAL MANAGEMENT STANDARDS REQUIREMENTS:

Full guidance and the minimum levels of standards required are outlined in the

"1025 Technical and Professional Ability" document, which can be found in the "Contract Notice" folder in the Buyer Attachment area, within ITT 60078 of project 29747.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

For full details of the conditions relevant to the proposed Framework Agreement and contracts to be called off thereunder (to the extent known or settled at this stage), please refer to the tender documents (“Section I.3 Communication”).

Tenderers require to confirm their acceptance of the terms and conditions. TENDERS MADE SUBJECT TO CONDITIONS MAY NOT BE CONSIDERED AND MAY BE REFUSED ON THE GROUNDS OF SUCH CONDITIONS ALONE.

Scotland Excel may 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 and may require them to assume a specific legal form for the purposes of the appointment to the Framework. For further information please refer to the tender documentation 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: 35

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 000-040376

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

Date: 10/12/2025

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: 29/06/2026

IV.2.7) Conditions for opening of tenders

Date: 10/12/2025

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

This procurement process is subject to the Law and Guidance applicable in Scotland relative to the award of public contracts including (without limitation) as set out in the Public Contracts (Scotland) Regulations 2015 as currently in force.

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 https://home.scotland-excel.org.uk/about-us/our-members/?filter_2213=2214 http://www.scotland-excel.org.uk/home/aboutus/ourmembers.aspx

B Scotland Excel associate members as listed at https://home.scotland-excel.org.uk/about-us/our-members/

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, including any body created pursuant to the National Health Service Scotland Act (1978)

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.

Further to III.2.2 HOLISTIC SERVICE COVERAGE, Tenderers are required to indicate all services they can offer from the list provided within each Lot. Tenderers must indicate all services they are able to offer, representing a sufficient service coverage of those services listed. Where a Tenderer does not offer a sufficient service coverage within a Lot, Scotland Excel reserves the right to exclude the offer from further evaluation.

Scotland Excel reserves the right to evaluate an offer representing a minority of the services for a lot where this is considered necessary to ensure geographical or service coverage.

Further to IV.1.3 The envisaged maximum number of participants that might be appointed to the proposed framework agreement is purely indicative and Scotland Excel reserves the right to appoint more or less tenderers than the envisaged maximum number.

Further to VI.2 tenderers are advised whether electronic ordering, invoicing and payment will be used or accepted is at the discretion of each contracting authority which will be settled by them at point of use.

REBATE REQUIREMENT: Tenderers should note that retrospective rebate apply to this Framework. Further information is contained within the procurement documents.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29747. 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. For this framework Scotland Excel are seeking mandatory Community Benefits. As such, agreement to the Community Benefits approach is an essential requirement. As part of your response, Tenderers will be requested to commit to delivery of community benefits in accordance with the methodology outlined in the tender documents.

(SC Ref:803473)

VI.4) Procedures for review

VI.4.1) Review body

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session.

VI.5) Date of dispatch of this notice

05/11/2025

Coding

Commodity categories

ID Title Parent category
71318000 Advisory and consultative engineering services Consultative engineering and construction services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
71240000 Architectural, engineering and planning services Architectural and related services
71315300 Building surveying services Building services
71311000 Civil engineering consultancy services Consultative engineering and construction services
71311100 Civil engineering support services Civil engineering consultancy services
71541000 Construction project management services Construction management services
71310000 Consultative engineering and construction services Engineering services
71337000 Corrosion engineering services Miscellaneous engineering services
72242000 Design-modelling services Systems analysis and programming services
71353200 Dimensional surveying services Surface surveying services
44163112 Drainage system Pipes and fittings
71320000 Engineering design services Engineering services
71322000 Engineering design services for the construction of civil engineering works Engineering design services
71300000 Engineering services Architectural, construction, engineering and inspection services
71335000 Engineering studies Miscellaneous engineering services
71336000 Engineering support services Miscellaneous engineering services
71322500 Engineering-design services for traffic installations Engineering design services for the construction of civil engineering works
71350000 Engineering-related scientific and technical services Engineering services
90714000 Environmental auditing Environmental management
90722200 Environmental decontamination services Environmental rehabilitation
71313000 Environmental engineering consultancy services Consultative engineering and construction services
71313440 Environmental Impact Assessment (EIA) services for construction Environmental engineering consultancy services
71313400 Environmental impact assessment for construction Environmental engineering consultancy services
71313430 Environmental indicators analysis for construction Environmental engineering consultancy services
90713000 Environmental issues consultancy services Environmental management
71313450 Environmental monitoring for construction Environmental engineering consultancy services
90712000 Environmental planning Environmental management
90722000 Environmental rehabilitation Environmental protection
90721000 Environmental safety services Environmental protection
90700000 Environmental services Sewage, refuse, cleaning and environmental services
71313420 Environmental standards for construction Environmental engineering consultancy services
71332000 Geotechnical engineering services Miscellaneous engineering services
90733800 Groundwater pollution drainage services Services related to water pollution
71311220 Highways engineering services Civil engineering consultancy services
71340000 Integrated engineering services Engineering services
63726000 Miscellaneous water transport support services Support services for water transport
71355200 Ordnance surveying Surveying services
79418000 Procurement consultancy services Business and management consultancy services
71242000 Project and design preparation, estimation of costs Architectural, engineering and planning services
72224000 Project management consultancy services Systems and technical consultancy services
60112000 Public road transport services Road transport services
60100000 Road transport services Transport services (excl. Waste transport)
71312000 Structural engineering consultancy services Consultative engineering and construction services
71352000 Subsurface surveying services Engineering-related scientific and technical services
71248000 Supervision of project and documentation Architectural, engineering and planning services
63710000 Support services for land transport Support services for land, water and air transport
63700000 Support services for land, water and air transport Supporting and auxiliary transport services; travel agencies services
63712000 Support services for road transport Support services for land transport
63720000 Support services for water transport Support services for land, water and air transport
71353000 Surface surveying services Engineering-related scientific and technical services
90733500 Surface water pollution drainage services Services related to water pollution
71355000 Surveying services Engineering-related scientific and technical services
38290000 Surveying, hydrographic, oceanographic and hydrological instruments and appliances Geological and geophysical instruments
71631400 Technical inspection services of engineering structures Technical inspection services
71356400 Technical planning services Technical services
71632000 Technical testing services Technical inspection and testing services
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services
63712700 Traffic control services Support services for road transport
60000000 Transport services (excl. Waste transport) Transport and Related Services
71311200 Transport systems consultancy services Civil engineering consultancy services
90712100 Urban environmental development planning Environmental planning
60600000 Water transport services Transport services (excl. Waste transport)

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:
construction@scotland-excel.org.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.