Tender

CT1674 - Clerk of Works Framework Agreement

THE CITY OF EDINBURGH COUNCIL

This public procurement record has 1 release in its history.

Tender

19 Dec 2025 at 00:00

Summary of the contracting process

See notice for full details.

How relevant is this notice?

Notice Information

Notice Title

CT1674 - Clerk of Works Framework Agreement

Notice Description

The City of Edinburgh Council (the Council) requires a Framework Agreement for the provision of Clerk of Works services to support the delivery of the Council's capital construction projects. The Framework Agreement will be utilised by the Councils' Place Development and Regeneration, Housing Service, Capital Programmes Team, Edinburgh Waterfront, Facilities Management, Housing and Homelessness, Sustainable Construction Delivery and Mixed Tenure Improvement Services. This arrangement will provide Clerk of Works resource for service areas delivering both residential and non-residential construction projects. Residential projects will be centred around the Council's affordable house building programme (Development and Regeneration) and potentially in upgrades, refurbishment of existing housing (Housing). Non-residential construction is wider ranging and may include delivery of education, leisure or other buildings being delivered on behalf of the Council through the capital programme. Clerks of Works are used as a quality control resource across construction sites. They attend site daily, on the client's behalf, inspecting progress with construction against the construction drawings. The Council uses general building Clerks of Works as well as those experienced in the installation of mechanical and engineering components and fire safety.

Lot Information

Lot 1

The City of Edinburgh Council (the Council) requires a Framework Agreement for the provision of Clerk of Works services to support the delivery of the Council's capital construction projects. The Framework Agreement will be utilised by the Councils' Place Development and Regeneration, Housing Service, Capital Programmes Team, Edinburgh Waterfront, Facilities Management, Housing and Homelessness, Sustainable Construction Delivery and Mixed Tenure Improvement Services. This arrangement will provide Clerk of Works resource for service areas delivering both residential and non-residential construction projects. Residential projects will be centred around the Council's affordable house building programme (Development and Regeneration) and potentially in upgrades, refurbishment of existing housing (Housing). Non-residential construction is wider ranging and may include delivery of education, leisure or other buildings being delivered on behalf of the Council through the capital programme. Clerks of Works are used as a quality control resource across construction sites. They attend site daily, on the client's behalf, inspecting progress with construction against the construction drawings. The Council uses general building Clerks of Works as well as those experienced in the installation of mechanical and engineering components and fire safety.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000818915
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC546118
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71000000 - Architectural, construction, engineering and inspection services

71315400 - Building-inspection services

71731000 - Industrial quality control services

Notice Value(s)

Tender Value
£5,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
19 Dec 20251 weeks ago
Submission Deadline
30 Jan 20262 months to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
In 2029

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
THE CITY OF EDINBURGH COUNCIL
Contact Name
Hannah Boutiche
Contact Email
hannahboutiche@icloud.com
Contact Phone
+44 1314693922

Buyer Location

Locality
EDINBURGH
Postcode
EH8 8BG
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 Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC546118
    CT1674 - Clerk of Works Framework Agreement - The City of Edinburgh Council (the Council) requires a Framework Agreement for the provision of Clerk of Works services to support the delivery of the Council's capital construction projects. The Framework Agreement will be utilised by the Councils' Place Development and Regeneration, Housing Service, Capital Programmes Team, Edinburgh Waterfront, Facilities Management, Housing and Homelessness, Sustainable Construction Delivery and Mixed Tenure Improvement Services. This arrangement will provide Clerk of Works resource for service areas delivering both residential and non-residential construction projects. Residential projects will be centred around the Council's affordable house building programme (Development and Regeneration) and potentially in upgrades, refurbishment of existing housing (Housing). Non-residential construction is wider ranging and may include delivery of education, leisure or other buildings being delivered on behalf of the Council through the capital programme. Clerks of Works are used as a quality control resource across construction sites. They attend site daily, on the client's behalf, inspecting progress with construction against the construction drawings. The Council uses general building Clerks of Works as well as those experienced in the installation of mechanical and engineering components and fire safety.

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-r6ebe6-0000818915-2025-12-19T00:00:00Z",
    "date": "2025-12-19T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000818915",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-24",
            "name": "The City of Edinburgh Council",
            "identifier": {
                "legalName": "The City of Edinburgh Council"
            },
            "address": {
                "streetAddress": "Waverley Court, 4 East Market Street",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH8 8BG"
            },
            "contactPoint": {
                "name": "Hannah Boutiche",
                "email": "hannahboutiche@icloud.com",
                "telephone": "+44 1314693922",
                "url": "https://www.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.edinburgh.gov.uk"
            }
        },
        {
            "id": "org-25",
            "name": "Edinburgh Sheriff Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court"
            },
            "address": {
                "streetAddress": "27 Chambers Street",
                "locality": "Edinburgh"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody",
                "mediationBody",
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "name": "The City of Edinburgh Council",
        "id": "org-24"
    },
    "tender": {
        "id": "ocds-r6ebe6-0000818915",
        "title": "CT1674 - Clerk of Works Framework Agreement",
        "description": "The City of Edinburgh Council (the Council) requires a Framework Agreement for the provision of Clerk of Works services to support the delivery of the Council's capital construction projects. The Framework Agreement will be utilised by the Councils' Place Development and Regeneration, Housing Service, Capital Programmes Team, Edinburgh Waterfront, Facilities Management, Housing and Homelessness, Sustainable Construction Delivery and Mixed Tenure Improvement Services. This arrangement will provide Clerk of Works resource for service areas delivering both residential and non-residential construction projects. Residential projects will be centred around the Council's affordable house building programme (Development and Regeneration) and potentially in upgrades, refurbishment of existing housing (Housing). Non-residential construction is wider ranging and may include delivery of education, leisure or other buildings being delivered on behalf of the Council through the capital programme. Clerks of Works are used as a quality control resource across construction sites. They attend site daily, on the client's behalf, inspecting progress with construction against the construction drawings. The Council uses general building Clerks of Works as well as those experienced in the installation of mechanical and engineering components and fire safety.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "71000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71315400",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71731000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 5000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "written"
        ],
        "tenderPeriod": {
            "endDate": "2026-01-30T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2026-01-30T12:00:00Z"
        },
        "documents": [
            {
                "id": "DEC546118",
                "documentType": "contractNotice",
                "title": "CT1674 - Clerk of Works Framework Agreement",
                "description": "The City of Edinburgh Council (the Council) requires a Framework Agreement for the provision of Clerk of Works services to support the delivery of the Council's capital construction projects. The Framework Agreement will be utilised by the Councils' Place Development and Regeneration, Housing Service, Capital Programmes Team, Edinburgh Waterfront, Facilities Management, Housing and Homelessness, Sustainable Construction Delivery and Mixed Tenure Improvement Services. This arrangement will provide Clerk of Works resource for service areas delivering both residential and non-residential construction projects. Residential projects will be centred around the Council's affordable house building programme (Development and Regeneration) and potentially in upgrades, refurbishment of existing housing (Housing). Non-residential construction is wider ranging and may include delivery of education, leisure or other buildings being delivered on behalf of the Council through the capital programme. Clerks of Works are used as a quality control resource across construction sites. They attend site daily, on the client's behalf, inspecting progress with construction against the construction drawings. The Council uses general building Clerks of Works as well as those experienced in the installation of mechanical and engineering components and fire safety.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC546118",
                "format": "text/html"
            },
            {
                "id": "DEC546118-1",
                "title": "001 - CT1674 - Instructions to Tenderers",
                "datePublished": "2025-12-19T14:50:06Z",
                "dateModified": "2025-12-19T14:50:06Z",
                "format": "application/pdf"
            },
            {
                "id": "DEC546118-2",
                "title": "002 - CT1674 - Tenderers Submission",
                "datePublished": "2025-12-19T14:50:06Z",
                "dateModified": "2025-12-19T14:50:06Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "DEC546118-3",
                "title": "003 - CT1674 - Pricing Schedule",
                "datePublished": "2025-12-19T14:50:06Z",
                "dateModified": "2025-12-19T14:50:06Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "DEC546118-4",
                "title": "004 - CT1674 - Form of Tender",
                "datePublished": "2025-12-19T14:50:06Z",
                "dateModified": "2025-12-19T14:50:06Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "DEC546118-5",
                "title": "005 - CT1674 - Terms and Conditions",
                "datePublished": "2025-12-19T14:50:06Z",
                "dateModified": "2025-12-19T14:50:06Z",
                "format": "application/pdf"
            },
            {
                "id": "DEC546118-6",
                "title": "006 - CT1674 - Specification",
                "datePublished": "2025-12-19T14:50:06Z",
                "dateModified": "2025-12-19T14:50:06Z",
                "format": "application/pdf"
            },
            {
                "id": "DEC546118-7",
                "title": "007 - CT1674 - Key Performance Indicators",
                "datePublished": "2025-12-19T14:50:07Z",
                "dateModified": "2025-12-19T14:50:07Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "DEC546118-8",
                "title": "008 - CT1674 - Fair Work First Guidance",
                "datePublished": "2025-12-19T14:50:07Z",
                "dateModified": "2025-12-19T14:50:07Z",
                "format": "application/pdf"
            },
            {
                "id": "DEC546118-9",
                "title": "009 - CT1674 - Bidder Relevant Contract Climate Change Plan",
                "datePublished": "2025-12-19T14:50:07Z",
                "dateModified": "2025-12-19T14:50:07Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "DEC546118-10",
                "title": "010 - CT1674 - Community Benefits Framework Guidance",
                "datePublished": "2025-12-19T14:50:07Z",
                "dateModified": "2025-12-19T14:50:07Z",
                "format": "application/pdf"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The City of Edinburgh Council (the Council) requires a Framework Agreement for the provision of Clerk of Works services to support the delivery of the Council's capital construction projects. The Framework Agreement will be utilised by the Councils' Place Development and Regeneration, Housing Service, Capital Programmes Team, Edinburgh Waterfront, Facilities Management, Housing and Homelessness, Sustainable Construction Delivery and Mixed Tenure Improvement Services. This arrangement will provide Clerk of Works resource for service areas delivering both residential and non-residential construction projects. Residential projects will be centred around the Council's affordable house building programme (Development and Regeneration) and potentially in upgrades, refurbishment of existing housing (Housing). Non-residential construction is wider ranging and may include delivery of education, leisure or other buildings being delivered on behalf of the Council through the capital programme. Clerks of Works are used as a quality control resource across construction sites. They attend site daily, on the client's behalf, inspecting progress with construction against the construction drawings. The Council uses general building Clerks of Works as well as those experienced in the installation of mechanical and engineering components and fire safety.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2026-01-30T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Part 4: Selection criteria - B: Economic and financial standing - Question 4B.1 - Tenderers are required to have a minimum \"general\" annual turnover of 800,000 GBP for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Part 4: Selection criteria - B: Economic and financial standing - Question 4B.4 - Tenderers will be required provide the following information in response to 4B.4: - Current ratio for Current Year: 1.15 - Current ratio for Prior Year: 1.15 The formula for calculating a Tenderer's current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.10. Where a Tenderers' current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Part 4: Selection criteria - B: Economic and financial standing - Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: - a. Employers (Compulsory) Liability Insurance - 5m GBP - b. Public Liability Insurance - 10m GBP - c. Professional Indemnity Insurance - 1m GBP Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council may exclude the Tenderer from the competition."
                },
                {
                    "type": "economic",
                    "description": "As detailed above"
                },
                {
                    "type": "technical",
                    "description": "Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management Question 4D.1 - It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health & Safety Policy and is required to do so, the Council may exclude the Bidder from the competition. Part IV: Selection Criteria - Prompt Payment - Question 4C.4 - It is a mandatory requirement of this Contract that a prompt payment clause is present in all Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request or as contractually scheduled. Part IV: Selection Criteria - Living Wage Payment - Question 4C.5 - Tenderers are asked to confirm that they will pay staff that are involved in the delivery of the contract (including any agency or sub-contractor staff directly involved in the delivery of the contract), at least the real Living Wage. Tenderers should confirm that this condition will be met within the response to this question. Please note that tenderers who fail to answer \"Yes\" to this question may not have their tender considered further or proceed to the Price/Quality ratio calculation. Part IV: Selection Criteria - Environmental Measures - Question 4C.7 - Tenderers will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to: - A completed copy of \"Bidder Priority Contract Climate Change Plan - Blank Template\" including planned projects and actions to reduce the Tenderer's carbon emissions. This does not need to contain calculated carbon emissions. Where a Tenderer's response is of a less than the acceptable standard, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2026-05-15T00:00:00Z"
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 5
            }
        },
        "classification": {
            "id": "71000000",
            "scheme": "CPV"
        },
        "reviewDetails": "A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the FTS or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.",
        "hasRecurrence": true,
        "recurrence": {
            "description": "In 2029"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=818915. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. 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: Community Benefits are applicable to all awards made over 50,000 GBP on the Agreement, tenderers shall be evaluated on the content and method of delivery as outlined within the Instructions to Tenderers and Tenderers submission documents (SC Ref:818915) Download the copy of the online SPD document here (to be completed online through postbox submission): https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=818915",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000818915"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}