Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
UK
Contact person: Victoria Shanley
Telephone: +44 1314693922
E-mail: Victoria.Shanley@edinburgh.gov.uk
NUTS: UKM75
Internet address(es)
Main address: http://www.edinburgh.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publiccontractsscotland.gov.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publiccontractsscotland.gov.uk/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://www.publiccontractsscotland.gov.uk/
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Mechanical and Electrical Works Framework Agreement
Reference number: CT1659
II.1.2) Main CPV code
50700000
II.1.3) Type of contract
Services
II.1.4) Short description
The City of Edinburgh Council intends to establish a multi-Lot Framework Agreement for the provision of Mechanical and Electrical (M&E) maintenance, repair, inspection, and installation services across its property portfolio.
The Framework Agreement will cover a range of specialist services including electrical works, fire systems, water pumps, ventilation systems, dry risers, CCTV, and associated M&E services.
Services and Works will be delivered across housing and non-domestic properties, with call-off contracts awarded via mini-competition or direct award.
II.1.5) Estimated total value
Value excluding VAT:
20 000 000.00
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
Electrical Installation Condition Report (EICR) compliance
II.2.2) Additional CPV code(s)
71630000
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
The City of Edinburgh
II.2.4) Description of the procurement
The Contractor shall provide a comprehensive service for the inspection, servicing, repair, maintenance, replacement and installation of Electrical Installation Condition Report (EICR) compliance across the Council’s property portfolio. Works will primarily be carried out within domestic housing properties owned or managed by the Council. However, the Council reserves the right to utilise the services under this Framework Agreement in other Council premises where required, including but not limited to corporate buildings, offices, depots, schools, and other operational facilities.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality / Technical Submission
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
552 432.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Electrical Rewiring and Refits
II.2.2) Additional CPV code(s)
45310000
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
The City of Edinburgh
II.2.4) Description of the procurement
The Contractor shall provide a comprehensive service for the inspection, servicing, repair, maintenance, replacement and installation of Electrical Rewiring and Refits across the Council’s property portfolio. Works will primarily be carried out within domestic housing properties owned or managed by the Council. However, the Council reserves the right to utilise the services under this Framework Agreement in other Council premises where required, including but not limited to corporate buildings, offices, depots, schools, and other operational facilities.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality / Technical Submission
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
5 232 252.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Door Entry Systems
II.2.2) Additional CPV code(s)
45312000
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
The City of Edinburgh
II.2.4) Description of the procurement
The Contractor shall provide a comprehensive service for the inspection, servicing, repair, maintenance, replacement and installation of Door Entry Systems across the Council’s property portfolio. Works will primarily be carried out within domestic housing properties owned or managed by the Council. However, the Council reserves the right to utilise the services under this Framework Agreement in other Council premises where required, including but not limited to corporate buildings, offices, depots, schools, and other operational facilities.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality / Technical Submission
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
4 434 264.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4
II.2.1) Title
Fire Suppression Systems and Fire Alarms
II.2.2) Additional CPV code(s)
45312100
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
The City of Edinburgh
II.2.4) Description of the procurement
The Contractor shall provide a comprehensive service for the inspection, servicing, repair, maintenance, replacement and installation of Fire Suppression Systems and Fire Alarms across the Council’s property portfolio. Works will primarily be carried out within domestic housing properties owned or managed by the Council. However, the Council reserves the right to utilise the services under this Framework Agreement in other Council premises where required, including but not limited to corporate buildings, offices, depots, schools, and other operational facilities.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality / Technical Submission
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
2 683 072.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 5
II.2.1) Title
Emergency Generator Repair and Maintenance
II.2.2) Additional CPV code(s)
31127000
31120000
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
The City of Edinburgh
II.2.4) Description of the procurement
The Contractor shall provide a comprehensive service for the inspection, servicing, repair, maintenance, replacement and installation of Emergency Generator Repair and Maintenance across the Council’s property portfolio. Works will primarily be carried out within domestic housing properties owned or managed by the Council. However, the Council reserves the right to utilise the services under this Framework Agreement in other Council premises where required, including but not limited to corporate buildings, offices, depots, schools, and other operational facilities.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality / Technical Submission
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
120 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 6
II.2.1) Title
Communal TV Aerials and IRS
II.2.2) Additional CPV code(s)
45312310
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
The City of Edinburgh
II.2.4) Description of the procurement
The Contractor shall provide a comprehensive service for the inspection, servicing, repair, maintenance, replacement and installation of Communal TV Aerials and IRS across the Council’s property portfolio. Works will primarily be carried out within domestic housing properties owned or managed by the Council. However, the Council reserves the right to utilise the services under this Framework Agreement in other Council premises where required, including but not limited to corporate buildings, offices, depots, schools, and other operational facilities.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality / Technical Submission
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
250 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 7
II.2.1) Title
Water Pumps
II.2.2) Additional CPV code(s)
50511000
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
The City of Edinburgh
II.2.4) Description of the procurement
The Contractor shall provide a comprehensive service for the inspection, servicing, repair, maintenance, replacement and installation of Water Booster Pump and Tanks across the Council’s property portfolio. Works will primarily be carried out within domestic housing properties owned or managed by the Council. However, the Council reserves the right to utilise the services under this Framework Agreement in other Council premises where required, including but not limited to corporate buildings, offices, depots, schools, and other operational facilities.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality / Technical Submission
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
80 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 8
II.2.1) Title
Automatic Opening Vents
II.2.2) Additional CPV code(s)
45331210
45343000
50712000
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
The City of Edinburgh
II.2.4) Description of the procurement
The Contractor shall provide a comprehensive service for the inspection, servicing, repair, maintenance, replacement and installation of Automatic Opening Vents across the Council’s property portfolio. Works will primarily be carried out within domestic housing properties owned or managed by the Council. However, the Council reserves the right to utilise the services under this Framework Agreement in other Council premises where required, including but not limited to corporate buildings, offices, depots, schools, and other operational facilities.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality / Technical Submission
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
380 476.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 9
II.2.1) Title
Dry Risers and Fire Appliances
II.2.2) Additional CPV code(s)
45343000
35111000
50500000
50712000
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
The City of Edinburgh
II.2.4) Description of the procurement
The Contractor shall provide a comprehensive service for the inspection, servicing, repair, maintenance, replacement and installation of Dry Risers and Fire Appliances across the Council’s property portfolio. Works will primarily be carried out within domestic housing properties owned or managed by the Council. However, the Council reserves the right to utilise the services under this Framework Agreement in other Council premises where required, including but not limited to corporate buildings, offices, depots, schools, and other operational facilities.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality / Technical Submission
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
250 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 10
II.2.1) Title
Portable Appliance Testing (PAT)
II.2.2) Additional CPV code(s)
71630000
71631000
71632000
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
The City of Edinburgh
II.2.4) Description of the procurement
The Contractor shall provide a comprehensive service for the inspection, servicing, repair, maintenance, replacement and installation of PAT testing across the Council’s property portfolio. Works will primarily be carried out within domestic housing properties owned or managed by the Council. However, the Council reserves the right to utilise the services under this Framework Agreement in other Council premises where required, including but not limited to corporate buildings, offices, depots, schools and other operational facilities.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality / Technical Submission
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
250 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 11
II.2.1) Title
CCTV Systems and Lighting Masts
II.2.2) Additional CPV code(s)
45312000
35125300
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
The City of Edinburgh
II.2.4) Description of the procurement
The Contractor shall provide a comprehensive service for the inspection, servicing, repair, maintenance, replacement and installation of CCTV Systems and Lighting Masts across the Council’s property portfolio. Works will primarily be carried out within domestic housing properties owned or managed by the Council. However, the Council reserves the right to utilise the services under this Framework Agreement in other Council premises where required, including but not limited to corporate buildings, offices, depots, schools, and other operational facilities.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality / Technical Submission
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
250 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 12
II.2.1) Title
Communal Laundrettes
II.2.2) Additional CPV code(s)
50800000
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
The City of Edinburgh
II.2.4) Description of the procurement
The Contractor shall provide a comprehensive service for the inspection, servicing, repair, maintenance, replacement and installation of Communal Laundrettes across the Council’s property portfolio. Works will primarily be carried out within domestic housing properties owned or managed by the Council. However, the Council reserves the right to utilise the services under this Framework Agreement in other Council premises where required, including but not limited to corporate buildings, offices, depots, schools, and other operational facilities.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality / Technical Submission
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
880 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 13
II.2.1) Title
Associated Mechanical and Electrical Upgrades
II.2.2) Additional CPV code(s)
45300000
45310000
45350000
50710000
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
The City of Edinburgh
II.2.4) Description of the procurement
The Contractor shall provide a comprehensive service for the inspection, servicing, repair, maintenance, replacement and installation of Associated Electrical and Mechanical Upgrades across the Council’s property portfolio. Works will primarily be carried out within domestic housing properties owned or managed by the Council. However, the Council reserves the right to utilise the services under this Framework Agreement in other Council premises where required, including but not limited to corporate buildings, offices, depots, schools, and other operational facilities.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality / Technical Submission
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
5 297 504.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Tenderers must be enrolled in relevant professional or trade registers where required by law or industry standards for the delivery of the services under this Framework Agreement.
This may include, where applicable, registration or certification with appropriate professional bodies, accreditation schemes, or competent person schemes relevant to the specific Lots being tendered for (e.g. electrical, fire safety, or mechanical systems).
Tenderers shall ensure that all personnel undertaking regulated activities hold the necessary qualifications and certifications required to carry out such works in accordance with current legislation and industry standards.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Tenderers will be required to demonstrate appropriate economic and financial standing to deliver the requirements of the Framework Agreement.
The following selection criteria will apply:
Minimum Annual Turnover
Tenderers must have a minimum “general” annual turnover for the last two financial years. The minimum turnover requirement varies by Lot and has been set in proportion to the estimated annual value of each Lot.
Financial Ratio (Current Ratio)
Tenderers must demonstrate a minimum current ratio (current assets divided by current liabilities) for both the current and prior financial year. Minimum ratios vary by Lot.
Insurance Requirements
Tenderers must hold, or commit to obtaining prior to contract commencement, the following minimum levels of insurance:
Employers (Compulsory) Liability Insurance
Public Liability Insurance
Professional Indemnity Insurance
Minimum level(s) of standards required:
Minimum Annual Turnover and Financial Ratio Requirements (by Lot)
Lot 01 – EICR Compliance
Minimum Turnover: 200,000 GBP
Minimum Current Ratio: 1.10
Lot 02 – Rewiring and Refits
Minimum Turnover: 1.6 million GBP
Minimum Current Ratio: 1.20
Lot 03 – Door Entry Systems
Minimum Turnover: 1.4 million GBP
Minimum Current Ratio: 1.20
Lot 04 – Fire Suppression and Alarms
Minimum Turnover: 900,000 GBP
Minimum Current Ratio: 1.20
Lot 05 – Emergency Generators
Minimum Turnover: 30,000 GBP
Minimum Current Ratio: 1.10
Lot 06 – Communal TV Aerials
Minimum Turnover: 63,000 GBP
Minimum Current Ratio: 1.10
Lot 07 – Water Pumps
Minimum Turnover: 20,000 GBP
Minimum Current Ratio: 1.10
Lot 08 – Automatic Opening Vents (AOVs)
Minimum Turnover: 100,000 GBP
Minimum Current Ratio: 1.10
Lot 09 – Dry Risers and Fire Appliances
Minimum Turnover: 100,000 GBP
Minimum Current Ratio: 1.10
Lot 10 – PAT Testing
Minimum Turnover: 150,000 GBP
Minimum Current Ratio: 1.10
Lot 11 – CCTV Systems and Lighting Masts
Minimum Turnover: 150,000 GBP
Minimum Current Ratio: 1.10
Lot 12 – Communal Launderettes
Minimum Turnover: 40,000 GBP
Minimum Current Ratio: 1.10
Lot 13 – Associated Electrical and Mechanical Upgrades
Minimum Turnover: 1.7 million GBP
Minimum Current Ratio: 1.20
Additional Requirements
The current ratio is calculated as current assets divided by current liabilities.
Where a Tenderer does not meet the minimum financial thresholds, the Council reserves the right to request additional supporting evidence to assess the Tenderer’s financial standing and ability to deliver the contract.
Tenderers must also hold, or commit to obtaining prior to contract commencement, the following minimum levels of insurance:
Employers (Compulsory) Liability Insurance 5 million GBP
Public Liability Insurance 10 million GBP
Professional Indemnity Insurance 5 million GBP
III.1.3) Technical and professional ability
List and brief description of selection criteria:
SPD Question 4C.4 (a) – Payment of the real Living Wage
Tenderers are required to confirm that they will pay any staff that are directly involved in the delivery of the Contract (including any agency or sub-contractor staff), at least the real Living Wage.
SPD Question 4C.4 (b) – Inclusion of Prompt Payment Clause
Tenderers are required to confirm that they will include the standard prompt payment clause in all contracts used in the delivery of the Framework Agreement, ensuring payment of sub-contractors at all stages of the supply chain within 30 days and including a point of contact for sub-contractors in the case of payment difficulties.
SPD Question 4C.7 (a) – Response to Climate Change Emergency
Tenderers are required to provide evidence that their organisation is taking steps to build awareness of the climate change emergency and provide details of how they have or will respond.
SPD Question 4D.1 – Quality Assurance Schemes and Environmental Management
Tenderers are required to confirm that they have in place a Health and Safety Policy, where required, which is approved at a senior level within the organisation and is reviewed regularly.
SPD Question 4D.1.2 – Environmental Management Systems
Tenderers are required to confirm that they hold ISO 14001 or equivalent, or can demonstrate the effectiveness of their environmental management systems.
Tenderers are required to be appropriately registered, accredited, or otherwise authorised to carry out the services relevant to the Lot(s) for which they are bidding.
Where a Tenderer cannot demonstrate appropriate registration, accreditation, or competence, the Council may exclude the Tenderer from the competition.
Minimum level(s) of standards required:
SPD Question 4C.4 (a) – Payment of the real Living Wage
Where a Tenderer does not commit to paying staff at least the real Living Wage, the Council may exclude the Tenderer from the competition.
SPD Question 4C.4 (b) – Inclusion of Prompt Payment Clause
Where a Tenderer does not commit to inclusion of a prompt payment clause, the Council may exclude the Tenderer from the competition.
SPD Question 4C.7 (a) – Response to Climate Change Emergency
Where a Tenderer fails to demonstrate that it is taking appropriate steps to build awareness of the climate change emergency and reduce emissions to the Council’s satisfaction, the Council may exclude the Tenderer from the competition.
SPD Question 4D.1 – Quality Assurance Schemes and Environmental Management
Where a Tenderer does not have a Health and Safety Policy in place (where required), the Council may exclude the Tenderer from the competition.
SPD Question 4D.1.2 – Environmental Management Systems
Where a Tenderer does not hold ISO 14001 (or equivalent) and cannot demonstrate an effective environmental management system, the Council may exclude the Tenderer from the competition.
Tenderers are required to be appropriately registered, accredited, or otherwise authorised to carry out the services relevant to the Lot(s) for which they are bidding.
Where a Tenderer cannot demonstrate appropriate registration, accreditation, or competence, the Council may exclude the Tenderer from the competition.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
The Contractor shall comply with all requirements set out within the procurement documents and Framework Agreement, including but not limited to:
Payment of the RLW to all staff engaged in the delivery of the Contract (including sub-contractors);
Inclusion and enforcement of prompt payment provisions throughout the supply chain.
Compliance with all relevant H&S legislation, regulations, and industry standards.
Ensuring that all personnel undertaking the Services are suitably qualified, competent, and appropriately certified for the activities being undertaken.
Compliance with all applicable environmental legislation and Council policies, including measures relating to climate change and low emission requirements.
Compliance with all statutory and regulatory requirements relevant to the Services.
Effective management of sub-contractors to ensure full compliance with all contractual obligations.
Further detail is set out in the Specification and associated tender documents.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: 130
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
21/05/2026
Local time: 15:00
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
Duration in months: 7 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
21/05/2026
Local time: 15:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
48 months
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
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=829272.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://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:
The Contractor will be required to deliver community benefits aligned to the Council’s strategic objectives, contributing to economic, social, and environmental wellbeing within the local area.
Community benefits will include, but are not limited to:
Employment and training opportunities, including apprenticeships and work placements for local residents;
Skills development initiatives to enhance employability and workforce capability;
Engagement with local communities, SMEs, and supported businesses;
Community engagement activities and support for local projects;
Promotion of equality, diversity, and social inclusion.
Tenderers will be required to outline how community benefits will be delivered, managed, and monitored, including clear implementation plans, measurable outcomes, and reporting arrangements to the Council.
(SC Ref:829272)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=829272
VI.4) Procedures for review
VI.4.1) Review body
Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The contracting authority will comply with the Public Contracts (Scotland) Regulations 2015.
Any proceedings must be brought within the timescales set out in Regulation 88 of the Regulations.
Proceedings must be started within 30 days beginning with the date when the economic operator first knew or ought to have known that grounds for starting the proceedings had arisen.
VI.5) Date of dispatch of this notice
14/04/2026