Notice Information
Notice Title
Quantity Surveying Framework Agreement
Notice Description
The University of Edinburgh is appointing suppliers to a four year Framework Agreement for the provision of Quantity Surveying Services. The framework agreement was tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies. All of the University of Edinburgh's Subsidiary Companies may access and utilise the framework agreement at any time during the life of the framework period.
Lot Information
Maintenance/Small Works Projects up to a contract value of GBP 2.5M
The University of Edinburgh is establishing a four year Framework Agreement for the provision of Quantity Surveying Services. Projects types and services will include a mixture (but not limited to) of: - Project types: Alterations and refurbishment associated with new occupation, changes of and upgrade of facilities; Adaptations and extensions of existing buildings; Maintenance works and New build works (including demolition of existing buildings). - Services: Contract administration and employer's representative services; Peer reviews and due diligence services; Facilitation of value engineering and risk workshops and supporting in the preparation of funding bids and supplying information for rating assessors and the like. This includes the provision of infrastructure works either when associated to the main project scope or as a standalone infrastructure project. The QS services shall include the preparation of a Bill of Quantities or a Contract Sum Analysis, Employer's Requirements or a Schedule of Works, as appropriate dependent on procurement approach and University's instruction/preference. The appointed QS consultant needs to have a thorough working knowledge of works contracts, for example but not limited to NEC, JCT and ICE and support the University in the use of a variety of procurement arrangements including collaborative working and framework arrangements, for example mini competitions using SCAPE and CCS framework agreements. The University may utilise Design Team and Contractor Framework Agreements and the service provider will need to familiarise themselves with the ethos and operational details of these Framework Agreements. In addition, the appointed QS should allow for regular and frequent project team meetings throughout the project, necessary for full co-ordination of the project. University of Edinburgh Standard Terms and Conditions for Goods and Services will apply. Agreement start date 1st May 2025 for 4 years (2 years plus 1+1 extension options) Additional information: University of Edinburgh Standard Terms and Conditions for Goods and Services will apply.
Renewal: 2 years with the option to extend a further 2 years
New Build/Refurbishment Projects with a value over GBP 2.5M and up to GBP 10MThe University of Edinburgh is establishing a four year Framework Agreement for the provision of Quantity Surveying Services. Projects types and services will include a mixture (but not limited to) of: - Project types: Alterations and refurbishment associated with new occupation, changes of and upgrade of facilities; Adaptations and extensions of existing buildings; Maintenance works and New build works (including demolition of existing buildings). - Services: Contract administration and employer's representative services; Peer reviews and due diligence services; Facilitation of value engineering and risk workshops and supporting in the preparation of funding bids and supplying information for rating assessors and the like. This includes the provision of infrastructure works either when associated to the main project scope or as a standalone infrastructure project. The QS services shall include the preparation of a Bill of Quantities or a Contract Sum Analysis, Employer's Requirements or a Schedule of Works, as appropriate dependent on procurement approach and University's instruction/preference. The appointed QS consultant needs to have a thorough working knowledge of works contracts, for example but not limited to NEC, JCT and ICE and support the University in the use of a variety of procurement arrangements including collaborative working and framework arrangements, for example mini competitions using SCAPE and CCS framework agreements. The University may utilise Design Team and Contractor Framework Agreements and the service provider will need to familiarise themselves with the ethos and operational details of these Framework Agreements. In addition, the appointed QS should allow for regular and frequent project team meetings throughout the project, necessary for full co-ordination of the project. University of Edinburgh Standard Terms and Conditions for Goods and Services will apply. Agreement start date 1st May 2025 for 4 years (2 years plus 1+1 extension options) Additional information: University of Edinburgh Standard Terms and Conditions for Goods and Services will apply.
Renewal: 2 years with an option to extend a further 2 years
New Build/Refurbishment Projects with a value over GBP 10MThe University of Edinburgh is establishing a four year Framework Agreement for the provision of Quantity Surveying Services. Projects types and services will include a mixture (but not limited to) of: - Project types: Alterations and refurbishment associated with new occupation, changes of and upgrade of facilities; Adaptations and extensions of existing buildings; Maintenance works and New build works (including demolition of existing buildings). - Services: Contract administration and employer's representative services; Peer reviews and due diligence services; Facilitation of value engineering and risk workshops and supporting in the preparation of funding bids and supplying information for rating assessors and the like. This includes the provision of infrastructure works either when associated to the main project scope or as a standalone infrastructure project. The QS services shall include the preparation of a Bill of Quantities or a Contract Sum Analysis, Employer's Requirements or a Schedule of Works, as appropriate dependent on procurement approach and University's instruction/preference. The appointed QS consultant needs to have a thorough working knowledge of works contracts, for example but not limited to NEC, JCT and ICE and support the University in the use of a variety of procurement arrangements including collaborative working and framework arrangements, for example mini competitions using SCAPE and CCS framework agreements. The University may utilise Design Team and Contractor Framework Agreements and the service provider will need to familiarise themselves with the ethos and operational details of these Framework Agreements. In addition, the appointed QS should allow for regular and frequent project team meetings throughout the project, necessary for full co-ordination of the project. University of Edinburgh Standard Terms and Conditions for Goods and Services will apply. Agreement start date 1st May 2025 for 4 years (2 years plus 1+1 extension options) Additional information: University of Edinburgh Standard Terms and Conditions for Goods and Services will apply.
Renewal: 2 yeas with the option to extend for a further 2 years
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03a4c7
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/032788-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71324000 - Quantity surveying services
Notice Value(s)
- Tender Value
- £2,700,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £2,690,000 £1M-£10M
Notice Dates
- Publication Date
- 17 Jun 20258 months ago
- Submission Deadline
- 16 Mar 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 19 May 20259 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- This requirement may be tendered again once the framework expires in approximately four years on from contract award.
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF EDINBURGH
- Contact Name
- Colin Barlass
- Contact Email
- cbarlass@ed.ac.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH1 1HT
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- TLM75 City of Edinburgh
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- City Centre
- Westminster Constituency
- Edinburgh East and Musselburgh
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-03a4c7-2025-06-17T08:52:26+01:00",
"date": "2025-06-17T08:52:26+01:00",
"ocid": "ocds-h6vhtk-03a4c7",
"description": "University of Edinburgh Standard Terms and Conditions for Goods and Services will apply. (SC Ref:801454)",
"initiationType": "tender",
"tender": {
"id": "EC0975",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Quantity Surveying Framework Agreement",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71324000",
"description": "Quantity surveying services"
},
"mainProcurementCategory": "services",
"description": "The University of Edinburgh is appointing suppliers to a four year Framework Agreement for the provision of Quantity Surveying Services. The framework agreement was tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies. All of the University of Edinburgh's Subsidiary Companies may access and utilise the framework agreement at any time during the life of the framework period.",
"value": {
"amount": 2700000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"title": "Maintenance/Small Works Projects up to a contract value of GBP 2.5M",
"description": "The University of Edinburgh is establishing a four year Framework Agreement for the provision of Quantity Surveying Services. Projects types and services will include a mixture (but not limited to) of: - Project types: Alterations and refurbishment associated with new occupation, changes of and upgrade of facilities; Adaptations and extensions of existing buildings; Maintenance works and New build works (including demolition of existing buildings). - Services: Contract administration and employer's representative services; Peer reviews and due diligence services; Facilitation of value engineering and risk workshops and supporting in the preparation of funding bids and supplying information for rating assessors and the like. This includes the provision of infrastructure works either when associated to the main project scope or as a standalone infrastructure project. The QS services shall include the preparation of a Bill of Quantities or a Contract Sum Analysis, Employer's Requirements or a Schedule of Works, as appropriate dependent on procurement approach and University's instruction/preference. The appointed QS consultant needs to have a thorough working knowledge of works contracts, for example but not limited to NEC, JCT and ICE and support the University in the use of a variety of procurement arrangements including collaborative working and framework arrangements, for example mini competitions using SCAPE and CCS framework agreements. The University may utilise Design Team and Contractor Framework Agreements and the service provider will need to familiarise themselves with the ethos and operational details of these Framework Agreements. In addition, the appointed QS should allow for regular and frequent project team meetings throughout the project, necessary for full co-ordination of the project. University of Edinburgh Standard Terms and Conditions for Goods and Services will apply. Agreement start date 1st May 2025 for 4 years (2 years plus 1+1 extension options) Additional information: University of Edinburgh Standard Terms and Conditions for Goods and Services will apply.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "90"
},
{
"type": "price",
"description": "10"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "2 years with the option to extend a further 2 years"
},
"secondStage": {
"minimumCandidates": 9,
"maximumCandidates": 9
},
"selectionCriteria": {
"description": "The procurement will be conducted as a Restrictive Procedure.All queries about this procurement must be made via the PCS-T messaging system. For further instructions, please refer to the SPD Guidance document attached to this project in PCS-T. We will apply the following process: SPD PRE QUALIFICATION Pre-Qualification via the SPD (Scotland). The SPD asks bidders general questions; when completing, bidders must have regard for the statements in this OJEU Notice and the SPD Guidance document that detail specific requirements. Please note that full statements are available in SPD Guidance document, while OJEU Notice statements are summarised due to character restrictions. Bidders must: a) Pass the minimum standards in SPD Sections 4A, 4B, and 4D in the PCS-T Qualification envelope. Statements for these questions can be found in the SPD Guidance document and Sections III.1.1, III.1.2 and III.1.3 (\"Minimum level(s) of standards possibly required\") of this Notice. b) Complete the scored SPD Section 4C found in the PCS-T Technical envelope. Statements for these questions can be found in the SPD guidance document and Section III.1.3 (\"List and brief description of selection criteria\") of this Notice. Section 4C will be scored as per the scoring methodology detailed below. We will take the nine (9) highest scoring suppliers through to the ITT stage. Where the number of bidders meeting the selection criteria is below the minimum number, the University may continue the procedure by inviting the candidates with the required capabilities. In any event the number of candidates invited shall be sufficient to ensure genuine competition. The ITT stage will comprise of a 90% Quality/Technical and 10% Commercial evaluation. A technical threshold will apply - bids will be required to achieve a minimum score of 45% or more of the overall technical score of 90% in order to be taken forward to final ranking. The quality/technical and commercial score will be combined to give each bidder/tenderer an overall total score. We will invite the six (6) highest scoring bidders, provided they have passed the technical threshold onto the framework agreement. Further details can be found within the ITT documentation, which will be made available to shortlisted suppliers."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "2",
"title": "New Build/Refurbishment Projects with a value over GBP 2.5M and up to GBP 10M",
"description": "The University of Edinburgh is establishing a four year Framework Agreement for the provision of Quantity Surveying Services. Projects types and services will include a mixture (but not limited to) of: - Project types: Alterations and refurbishment associated with new occupation, changes of and upgrade of facilities; Adaptations and extensions of existing buildings; Maintenance works and New build works (including demolition of existing buildings). - Services: Contract administration and employer's representative services; Peer reviews and due diligence services; Facilitation of value engineering and risk workshops and supporting in the preparation of funding bids and supplying information for rating assessors and the like. This includes the provision of infrastructure works either when associated to the main project scope or as a standalone infrastructure project. The QS services shall include the preparation of a Bill of Quantities or a Contract Sum Analysis, Employer's Requirements or a Schedule of Works, as appropriate dependent on procurement approach and University's instruction/preference. The appointed QS consultant needs to have a thorough working knowledge of works contracts, for example but not limited to NEC, JCT and ICE and support the University in the use of a variety of procurement arrangements including collaborative working and framework arrangements, for example mini competitions using SCAPE and CCS framework agreements. The University may utilise Design Team and Contractor Framework Agreements and the service provider will need to familiarise themselves with the ethos and operational details of these Framework Agreements. In addition, the appointed QS should allow for regular and frequent project team meetings throughout the project, necessary for full co-ordination of the project. University of Edinburgh Standard Terms and Conditions for Goods and Services will apply. Agreement start date 1st May 2025 for 4 years (2 years plus 1+1 extension options) Additional information: University of Edinburgh Standard Terms and Conditions for Goods and Services will apply.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "90"
},
{
"type": "price",
"description": "10"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "2 years with an option to extend a further 2 years"
},
"secondStage": {
"minimumCandidates": 6,
"maximumCandidates": 6
},
"selectionCriteria": {
"description": "The procurement will be conducted as a Restrictive Procedure. All queries about this procurement must be made via the PCS-T messaging system. For further instructions, please refer to the SPD Guidance document attached to this project in PCS-T. We will apply the following process: SPD PRE QUALIFICATION Pre-Qualification via the SPD (Scotland). The SPD asks bidders general questions; when completing, bidders must have regard for the statements in this OJEU Notice and the SPD Guidance document that detail specific requirements. Please note that full statements are available in SPD Guidance document, while OJEU Notice statements are summarised due to character restrictions. Bidders must: a) Pass the minimum standards in SPD Sections 4A, 4B, and 4D in the PCS-T Qualification envelope. Statements for these questions can be found in the SPD Guidance document and Sections III.1.1, III.1.2 and III.1.3 (\"Minimum level(s) of standards possibly required\") of this Notice. b) Complete the scored SPD Section 4C found in the PCS-T Technical envelope. Statements for these questions can be found in the SPD guidance document and Section III.1.3 (\"List and brief description of selection criteria\") of this Notice. Section 4C will be scored as per the scoring methodology detailed below. We will take the six (6) highest scoring suppliers through to the ITT stage. Where the number of bidders meeting the selection criteria is below the minimum number, the University may continue the procedure by inviting the candidates with the required capabilities. In any event the number of candidates invited shall be sufficient to ensure genuine competition. The ITT stage will comprise of a 90% Quality/Technical and 10% Commercial evaluation. A technical threshold will apply - bids will be required to achieve a minimum score of 45% or more of the overall technical score of 90% in order to be taken forward to final ranking. The quality/technical and commercial score will be combined to give each bidder/tenderer an overall total score. We will invite the three (3) highest scoring bidders, provided they have passed the technical threshold onto the framework agreement. Further details can be found within the ITT documentation, which will be made available to shortlisted suppliers."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "3",
"title": "New Build/Refurbishment Projects with a value over GBP 10M",
"description": "The University of Edinburgh is establishing a four year Framework Agreement for the provision of Quantity Surveying Services. Projects types and services will include a mixture (but not limited to) of: - Project types: Alterations and refurbishment associated with new occupation, changes of and upgrade of facilities; Adaptations and extensions of existing buildings; Maintenance works and New build works (including demolition of existing buildings). - Services: Contract administration and employer's representative services; Peer reviews and due diligence services; Facilitation of value engineering and risk workshops and supporting in the preparation of funding bids and supplying information for rating assessors and the like. This includes the provision of infrastructure works either when associated to the main project scope or as a standalone infrastructure project. The QS services shall include the preparation of a Bill of Quantities or a Contract Sum Analysis, Employer's Requirements or a Schedule of Works, as appropriate dependent on procurement approach and University's instruction/preference. The appointed QS consultant needs to have a thorough working knowledge of works contracts, for example but not limited to NEC, JCT and ICE and support the University in the use of a variety of procurement arrangements including collaborative working and framework arrangements, for example mini competitions using SCAPE and CCS framework agreements. The University may utilise Design Team and Contractor Framework Agreements and the service provider will need to familiarise themselves with the ethos and operational details of these Framework Agreements. In addition, the appointed QS should allow for regular and frequent project team meetings throughout the project, necessary for full co-ordination of the project. University of Edinburgh Standard Terms and Conditions for Goods and Services will apply. Agreement start date 1st May 2025 for 4 years (2 years plus 1+1 extension options) Additional information: University of Edinburgh Standard Terms and Conditions for Goods and Services will apply.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "90"
},
{
"type": "price",
"description": "10"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "2 yeas with the option to extend for a further 2 years"
},
"secondStage": {
"minimumCandidates": 6,
"maximumCandidates": 6
},
"selectionCriteria": {
"description": "The procurement will be conducted as a Restrictive Procedure. All queries about this procurement must be made via the PCS-T messaging system. For further instructions, please refer to the SPD Guidance document attached to this project in PCS-T. We will apply the following process: SPD PRE QUALIFICATION Pre-Qualification via the SPD (Scotland). The SPD asks bidders general questions; when completing, bidders must have regard for the statements in this OJEU Notice and the SPD Guidance document that detail specific requirements. Please note that full statements are available in SPD Guidance document, while OJEU Notice statements are summarised due to character restrictions. Bidders must: a) Pass the minimum standards in SPD Sections 4A, 4B, and 4D in the PCS-T Qualification envelope. Statements for these questions can be found in the SPD Guidance document and Sections III.1.1, III.1.2 and III.1.3 (\"Minimum level(s) of standards possibly required\") of this Notice. b) Complete the scored SPD Section 4C found in the PCS-T Technical envelope. Statements for these questions can be found in the SPD guidance document and Section III.1.3 (\"List and brief description of selection criteria\") of this Notice. Section 4C will be scored as per the scoring methodology detailed below. We will take the six (6) highest scoring suppliers through to the ITT stage. Where the number of bidders meeting the selection criteria is below the minimum number, the University may continue the procedure by inviting the candidates with the required capabilities. In any event the number of candidates invited shall be sufficient to ensure genuine competition. The ITT stage will comprise of a 90% Quality/Technical and 10% Commercial evaluation. A technical threshold will apply - bids will be required to achieve a minimum score of 45% or more of the overall technical score of 90% in order to be taken forward to final ranking. The quality/technical and commercial score will be combined to give each bidder/tenderer an overall total score. We will invite the three (3) highest scoring bidders, provided they have passed the technical threshold onto the framework agreement. Further details can be found within the ITT documentation, which will be made available to shortlisted suppliers."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71324000",
"description": "Quantity surveying services"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"deliveryLocation": {
"description": "Edinburgh"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71324000",
"description": "Quantity surveying services"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"deliveryLocation": {
"description": "Edinburgh"
},
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71324000",
"description": "Quantity surveying services"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"deliveryLocation": {
"description": "Edinburgh"
},
"relatedLot": "3"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "SPD 4A.2 Statement. Bidders must confirm if they hold the particular authorisation or memberships. The quantity surveying firm must be a Royal Institute of Chartered Surveyors (RICS) regulated company.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "SPD 4B.1.1 Statement Lot 1 - Bidders will be required to have a minimum \"general\" yearly turnover of GBP 250,000 for the last 3 years. Lot 2 - Bidders will be required to have a minimum \"general\" yearly turnover of GBP 750,000 for the last 3 years. Lot 3 - Bidders will be required to have a minimum \"general\" yearly turnover of GBP 1,250,000 for the last 3 years. If the Bidder is bidding for two or more Lots, the minimum \"general\" yearly turnover will be an accumulation of the Lots bid for. SPD 4B.3 Statement Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading. SPD 4B.5.1 and 4B.5.2 Statements It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: LOT 1 and LOT 2 Minimum Insurance Levels Employer's Liability GBP 5,000,000 Public Liability Insurance GBP 5,000,000 Professional Indemnity GBP 2,000,000 LOT 3 Minimum Insurance Levels Employer's Liability GBP 5,000,000 Public Liability Insurance GBP 5,000,000 Professional Indemnity GBP 5,000,000 SPD 4B.6 Statement 1: Where the bidder is providing a submission on behalf of a subsidiary company, upon request, the bidder must obtain a Parent Company Guarantee prior to commencement of any subsequently awarded contract. SPD 4B.6 Statement 2: Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations. Bidders must be able to provide upon request, their 3 most recent sets of annual audited accounts, including profit and loss information, and the following ratios: - Current Ratio - Quick Ratio - Debtors Turnover Ratio - Return on Assets - Working Capital - Debt to Equity Ratio - Gross Profit Ratio A review of your ratios and audited accounts may be undertaken. In some cases this review may lead to an additional request for further financial information to help clarify any potential issues raised. This information may be used to assess financial sustainability.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "SPD 4C.1.2 Statement 1 For all Lots. Bidders are required to provide three examples of services carried-out during the past five years that demonstrate their experience to deliver the services as described in part II.2.4 of the OJEU Contract Notice which are similar in value and nature. Weighting 60 % (20% weighting per example) SPD 4C.3 Statement For all Lots. Bidders are required describe your process and procedures for undertaking the following; clarifying how quality and accuracy is achieved. Weighting 30% SPD 4C.8 Statement For all Lots. Each member of the bidding team is asked to confirm staff numbers for each of the last three years. Bidders are required to evidence sufficient capacity of personnel resource for the works outlined in this requirement. Description of staff development and training should also be provided as part of this response. An organogram chart is to be provided as part of this response. Weighting 10% In the SPD bidders for Lot 2 and 3 only will be asked to detail their experience in delivering additional social, economic, or environmental community benefits in the performance of similar previous contracts, including information about how commitments were achieved. This question is for \"For information only\" (weighting zero %)",
"minimum": "4D.1 Statement Quality Management: The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). 4D.1 Statement Health and Safety: The bidder will be required to provide a copy of their Health and Safety (H&S) management policy and procedures or ISO 45001 accreditation or equivalent if they have this. 4D.1 Statement Environmental Management System: The bidder will be required to provide a copy of their Environmental Management System policy and procedures or ISO 14001 accreditation or equivalent if they have this.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "The quantity surveying firm must be a Royal Institute of Chartered Surveyors (RICS) regulated company."
}
]
},
"contractTerms": {
"performanceTerms": "As detailed within ITT package"
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"techniques": {
"hasFrameworkAgreement": true
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-03-16T12:00:00Z"
},
"secondStage": {
"invitationDate": "2023-06-01T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"hasRecurrence": true,
"recurrence": {
"description": "This requirement may be tendered again once the framework expires in approximately four years on from contract award."
}
},
"parties": [
{
"id": "GB-FTS-56587",
"name": "University of Edinburgh",
"identifier": {
"legalName": "University of Edinburgh"
},
"address": {
"streetAddress": "9-16 Chambers Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH11HT",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Colin Barlass",
"email": "cbarlass@ed.ac.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.ed.ac.uk/schools-departments/procurement/supplying",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "09",
"description": "Education"
}
]
}
},
{
"id": "GB-FTS-1033",
"name": "Edinburgh Sheriff Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court"
},
"address": {
"locality": "Edinburgh",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-82332",
"name": "Currie & Brown UK Limited",
"identifier": {
"legalName": "Currie & Brown UK Limited"
},
"address": {
"streetAddress": "150 Holborn",
"locality": "London",
"region": "UKI",
"postalCode": "EC1N 2NS",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2070619000",
"email": "russell.frame@curriebrown.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-151510",
"name": "Thomson Bethune Ltd",
"identifier": {
"legalName": "Thomson Bethune Ltd"
},
"address": {
"streetAddress": "6 Forres Street",
"locality": "Edinburgh",
"region": "UK",
"postalCode": "EH3 6BJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1312201828",
"email": "debbiemcshane@thomsonbethune.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-151511",
"name": "Doig and Smith",
"identifier": {
"legalName": "Doig and Smith"
},
"address": {
"streetAddress": "The Malt House, 2 Canning Street",
"locality": "Edinburgh",
"region": "UK",
"postalCode": "EH3 8EG",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1316565820",
"email": "creid@doigandsmith.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-151512",
"name": "Summers-Inman",
"identifier": {
"legalName": "Summers-Inman"
},
"address": {
"streetAddress": "40 Craiglockhart Avenue",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH14 1LT",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 01314559708",
"email": "angus.macdonald@summers-inman.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-29824",
"name": "Brownriggs",
"identifier": {
"legalName": "Brownriggs"
},
"address": {
"streetAddress": "Unit 16 Scion House, Stirling University Innovation Park",
"locality": "Stirling",
"region": "UKM77",
"postalCode": "FK9 4NF",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1786464998",
"email": "paul.brady@brownriggs.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-151513",
"name": "Currie & Brown UK Limited",
"identifier": {
"legalName": "Currie & Brown UK Limited"
},
"address": {
"streetAddress": "3rd Floor, 140 West George Street",
"locality": "Glasgow",
"region": "UK",
"postalCode": "G2 2HG",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1413422120",
"email": "russell.frame@curriebrown.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-11081",
"name": "Gardiner & Theobald LLP",
"identifier": {
"legalName": "Gardiner & Theobald LLP"
},
"address": {
"streetAddress": "G1 Building, 5 George Square",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G2 1DY",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1415687300",
"email": "c.allison@gardiner.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-4996",
"name": "Thomson Gray",
"identifier": {
"legalName": "Thomson Gray"
},
"address": {
"streetAddress": "Prospect House, 5 Thistle Street",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH2 1DF",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1312265076",
"email": "ros.donaldson@thomsongray.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
},
"additionalContactPoints": [
{
"telephone": "+44 7872069889",
"email": "ros.donaldson@thomsongray.com"
}
]
},
{
"id": "GB-FTS-151514",
"name": "Thomson Bethune",
"identifier": {
"legalName": "Thomson Bethune"
},
"address": {
"streetAddress": "6 Forres Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH3 6BJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1312201828",
"email": "debbiemcshane@thomsonbethune.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-56587",
"name": "University of Edinburgh"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000716934"
}
],
"language": "en",
"awards": [
{
"id": "032788-2025-1",
"relatedLots": [
"2"
],
"title": "New Build/Refurbishment Projects with a value over GBP 2.5M and up to GBP 10M",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-82332",
"name": "Currie & Brown UK Limited"
},
{
"id": "GB-FTS-151510",
"name": "Thomson Bethune Ltd"
},
{
"id": "GB-FTS-151511",
"name": "Doig and Smith"
}
]
},
{
"id": "032788-2025-2",
"relatedLots": [
"1"
],
"title": "Maintenance/Small Works Projects up to a contract value of GBP 2.5M",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-151510",
"name": "Thomson Bethune Ltd"
},
{
"id": "GB-FTS-151512",
"name": "Summers-Inman"
},
{
"id": "GB-FTS-29824",
"name": "Brownriggs"
},
{
"id": "GB-FTS-151513",
"name": "Currie & Brown UK Limited"
},
{
"id": "GB-FTS-11081",
"name": "Gardiner & Theobald LLP"
},
{
"id": "GB-FTS-4996",
"name": "Thomson Gray"
}
]
},
{
"id": "032788-2025-3",
"relatedLots": [
"3"
],
"title": "New Build/Refurbishment Projects with a value over GBP 10M",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-82332",
"name": "Currie & Brown UK Limited"
},
{
"id": "GB-FTS-4996",
"name": "Thomson Gray"
},
{
"id": "GB-FTS-151514",
"name": "Thomson Bethune"
}
]
}
],
"contracts": [
{
"id": "032788-2025-1",
"awardID": "032788-2025-1",
"title": "New Build/Refurbishment Projects with a value over GBP 2.5M and up to GBP 10M",
"status": "active",
"value": {
"amount": 900000,
"currency": "GBP"
},
"dateSigned": "2025-05-20T00:00:00+01:00"
},
{
"id": "032788-2025-2",
"awardID": "032788-2025-2",
"title": "Maintenance/Small Works Projects up to a contract value of GBP 2.5M",
"status": "active",
"value": {
"amount": 540000,
"currency": "GBP"
},
"dateSigned": "2025-05-20T00:00:00+01:00"
},
{
"id": "032788-2025-3",
"awardID": "032788-2025-3",
"title": "New Build/Refurbishment Projects with a value over GBP 10M",
"status": "active",
"value": {
"amount": 1250000,
"currency": "GBP"
},
"dateSigned": "2025-05-20T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "2",
"value": 7
},
{
"id": "6",
"measure": "bids",
"relatedLot": "1",
"value": 11
},
{
"id": "11",
"measure": "bids",
"relatedLot": "3",
"value": 6
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "2",
"value": 5
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "1",
"value": 8
},
{
"id": "12",
"measure": "smeBids",
"relatedLot": "3",
"value": 4
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "2",
"value": 0
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "13",
"measure": "foreignBidsFromEU",
"relatedLot": "3",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "2",
"value": 7
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 11
},
{
"id": "14",
"measure": "foreignBidsFromNonEU",
"relatedLot": "3",
"value": 6
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "2",
"value": 7
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "1",
"value": 11
},
{
"id": "15",
"measure": "electronicBids",
"relatedLot": "3",
"value": 6
}
]
}
}