Enabling Commercial Space Crossmill Lead Consultant

A Tender Notice
by EAST RENFREWSHIRE COUNCIL

Source
Find a Tender
Type
Contract (Services)
Duration
3 year
Value
450K
Sector
CONSTRUCTION
Published
14 Aug 2025
Delivery
To 14 Sep 2028 (est.)
Deadline
15 Sep 2025 12:00

Concepts

Location

Giffnock

Geochart for 2 buyers and 0 suppliers

2 buyers

Description

East Renfrewshire Council is inviting tenders, from suitably qualified companies for the provision of Lead Consultancy Service for the Enabling Commercial Space Crossmill Plots G&H project (LOCATION: Crossmill Business Park, Barrhead). The project aims to deliver new, flexible commercial space and enabling public and private sector delivery of space through land remediation and service provision. The project will directly deliver two outputs: the creation new, flexible commercial space (including Advanced Manufacturing) for lease to market and the development of further commercial stock through land remediation and servicing of a separate, adjacent site. Located within Barrhead and serving small to medium sized commercial interests, the flexible and adaptable design of the space will be configured in a modern format to suit business needs from the foundational economy or for established businesses to growth and expand. It is proposed that additional floor space be constructed on plots G & H of the Business Park, that will fall within three Planning Use Classes - 4 (offices and light industry), 5 (general industry) including Advanced Manufacturing and 6 (storage).

Award Criteria

Technical Ability 30.0
Innovative Design Options 5.0
Community Benefits 10.0
Sustainability 10.0
Fair Work Practice and living wage 10.0
Management and Timescales 35.0
PRICE 40.0

CPV Codes

  • 71311300 - Infrastructure works consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71311000 - Civil engineering consultancy services

Indicators

  • Bids should cover the whole contract.
  • Renewals are not available.
  • Financial restrictions apply.
  • Professional qualifications are sought.
  • Award on basis of price.

Other Information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016 The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21614. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-pr... Prompt Payment-The successful tenderer shall, as a condition of being awarded the contract, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these services are paid timeously and that as a minimum invoices rendered by subcontractors shall(unless formally disputed by the tenderer)be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any. The Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Failure to supply the information within timeframe requested may result in your bid being rejected & the Council proceeding with the procurement exercise to the next appropriate bidder. Additional information pertaining to this contract notice is contained within the Tender documents. Applicants must ensure they read in line with this contract notice. Bidders who intend to use a supply chain to deliver the requirements detailed in the Contract Notice, must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. Bidders must provide a response at SPD Q4.C.4 and this will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms. b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year. Bidders unable to confirm (b) must provide an improvement plan, signed by their Director, which improves payment performance. It should be noted that where a bidder is unable to confirm or provide a satisfactory improvement plan the Council reserves the right to remove you from the process. Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2C.1 of the qualification envelope. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29546. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-pr... A summary of the expected community benefits has been provided as follows: Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-pr... Community Benefits has been included as a mandatory requirement. Minimum Community Benefit Points (CBP) Required - 120. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21614. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-pr... (SC Ref:806178)

Reference

Domains