Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Mechanical and Electrical Works Framework Agreement

  • First published: 15 April 2026
  • Last modified: 15 April 2026
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-0681c5
Published by:
The City of Edinburgh Council
Authority ID:
AA76329
Publication date:
15 April 2026
Deadline date:
21 May 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
45312000 Alarm system and antenna installation work Electrical installation work
45300000 Building installation work Construction work
45310000 Electrical installation work Building installation work
31127000 Emergency generator Generators
45312100 Fire-alarm system installation work Alarm system and antenna installation work
35111000 Firefighting equipment Firefighting, rescue and safety equipment
45343000 Fire-prevention installation works Fencing, railing and safety equipment installation work
31120000 Generators Electric motors, generators and transformers
45312310 Lightning-protection works Alarm system and antenna installation work
45350000 Mechanical installations Building installation work
50800000 Miscellaneous repair and maintenance services Repair and maintenance services
50500000 Repair and maintenance services for pumps, valves, taps and metal containers and machinery Repair and maintenance services
50700000 Repair and maintenance services of building installations Repair and maintenance services
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
50712000 Repair and maintenance services of mechanical building installations Repair and maintenance services of electrical and mechanical building installations
50511000 Repair and maintenance services of pumps Repair and maintenance services of pumps, valves, taps and metal containers
35125300 Security cameras Surveillance system
71630000 Technical inspection and testing services Technical testing, analysis and consultancy services
71631000 Technical inspection services Technical inspection and testing services
71632000 Technical testing services Technical inspection and testing services
45331210 Ventilation installation work Heating, ventilation and air-conditioning installation work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Victoria.Shanley@edinburgh.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.