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

Contractor Works Framework Agreement

  • First published: 04 August 2025
  • Last modified: 04 August 2025
  • 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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04be46
Published by:
The City of Edinburgh Council
Authority ID:
AA76329
Publication date:
04 August 2025
Deadline date:
01 September 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The City of Edinburgh Council require a multi lot framework agreement to deliver repair, maintenance and upgrade capital and other works across its estate.

The Council's Strategic Asset Management and Sustainable Development department require contractors to deliver the Capital Investment Programme and meet other construction needs for their commercial properties over the next four years. These properties include schools, libraries, social work facilities, and other commercial buildings, it should be noted that some of the works are required to take place over school holiday periods, allowances for capacity should be considered when applying for the Framework.

The Council would like to invite interested parties to tender to become a framework contractor of these works within Edinburgh.

The Council is looking to establish contractors committed to delivering the Council’s vision for the creation of high quality, vibrant and sustainable places in our city.

It should be noted that Bidders are required sign up to the Councils Construction Charter and evidence Fair Work Practices. The delivery of Community Benefits will be a requirement of all subsequent call of contracts.

Please refer to Schedule 2 for each lots specification

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: Lorna Lennen

E-mail: lorna.lennen@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

Contractor Works Framework Agreement

Reference number: CT0640

II.1.2) Main CPV code

45210000

 

II.1.3) Type of contract

Works

II.1.4) Short description

The City of Edinburgh Council require a multi lot framework agreement to deliver repair, maintenance and upgrade capital and other works across its estate.

The Council's Strategic Asset Management and Sustainable Development department require contractors to deliver the Capital Investment Programme and meet other construction needs for their commercial properties over the next four years. These properties include schools, libraries, social work facilities, and other commercial buildings, it should be noted that some of the works are required to take place over school holiday periods, allowances for capacity should be considered when applying for the Framework.

The Council would like to invite interested parties to tender to become a framework contractor of these works within Edinburgh.

The Council is looking to establish contractors committed to delivering the Council’s vision for the creation of high quality, vibrant and sustainable places in our city.

It should be noted that Bidders are required sign up to the Councils Construction Charter and evidence Fair Work Practices. The delivery of Community Benefits will be a requirement of all subsequent call of contracts.

Please refer to Schedule 2 for each lots specification

II.1.5) Estimated total value

Value excluding VAT: 100 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 10 lots

Maximum number of lots that may be awarded to one tenderer: 10

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lots 1,2 & 3

Lots 6 & 7

Lots 9 & 10

Lots 11 & 12

Lots 9, 10, 11 & 12

This will happen if the capacity of contractors identifies that the competition is low within lots.

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 - Electrical Works

II.2.2) Additional CPV code(s)

71334000

44611500

45350000

45310000

45311000

45311100

II.2.3) Place of performance

NUTS code:

UKM75

II.2.4) Description of the procurement

Various Electrical Works Including Installation Works

Refer to Schedule 2

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 3 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

On Expiry of the Framework

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 8

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

II.2.14) Additional information

Please refer to all schedules within the tender pack

Lot No: 2

II.2.1) Title

Lot 2 - Mechanical & Public Health Works

II.2.2) Additional CPV code(s)

71334000

44611500

45350000

45332200

II.2.3) Place of performance

NUTS code:

UKM75

II.2.4) Description of the procurement

Various Mechanical, Electrical & Plumbing Works Including Installation Works

Refer to Schedule 2

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 3 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

On Expiry of the Framework

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 8

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

II.2.14) Additional information

Please refer to all schedules within the tender pack

Lot No: 3

II.2.1) Title

Lot 3 - Photovoltaic PV Solar Panels

II.2.2) Additional CPV code(s)

09331000

09330000

09331200

09332000

II.2.3) Place of performance

NUTS code:

UKM75

II.2.4) Description of the procurement

Various Photovoltaic PV Solar Panels works Including Installation Works

Refer to Schedule 2

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 1 200 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

On Expiry of the Framework

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6

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

II.2.14) Additional information

Please refer to all schedules within the tender pack

Lot No: 4

II.2.1) Title

Lot 4 - Roof & Rainwater Installation, Refurbishment Works

II.2.2) Additional CPV code(s)

45260000

45262522

45261100

45261210

45261211

45261212

45261213

45261300

45261310

45261320

45261400

45261910

II.2.3) Place of performance

NUTS code:

UKM75

II.2.4) Description of the procurement

Various Roof & Rainwater Installation, Refurbishment Works

Refer to Schedule 2

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 12 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

On Expiry of the Framework

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 8

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

II.2.14) Additional information

Please refer to all schedules within the tender pack

Lot No: 5

II.2.1) Title

Lot 5 - Stonework & Masonry Works

II.2.2) Additional CPV code(s)

45262500

45262522

45262510

45262512

II.2.3) Place of performance

NUTS code:

UKM75

II.2.4) Description of the procurement

Various Stonework & Masonry Works

Refer to Schedule 2

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 4 800 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

On Expiry of the Framework

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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

II.2.14) Additional information

Please refer to all schedules within the tender pack

Lot No: 6

II.2.1) Title

Lot 6 - UPVC Windows, Doors & Screens

II.2.2) Additional CPV code(s)

44221100

45421100

45421130

44221000

45420000

45421000

II.2.3) Place of performance

NUTS code:

UKM75

II.2.4) Description of the procurement

Various UPVC Windows, Doors & Screen Installation Works

Refer to Schedule 2

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 9 600 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

On Expiry of the Framework

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6

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

II.2.14) Additional information

Please refer to all schedules within the tender pack

Lot No: 7

II.2.1) Title

Lot 7 - Timber Windows, Doors & Screens

II.2.2) Additional CPV code(s)

44221100

45421100

45421130

44221000

45420000

45421000

II.2.3) Place of performance

NUTS code:

UKM75

II.2.4) Description of the procurement

Various Timber Windows, Doors & Screens Installation Works

Refer to Schedule 2

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 9 600 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

On Expiry of the Framework

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6

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

II.2.14) Additional information

Please refer to all schedules within the tender pack

Lot No: 8

II.2.1) Title

Lot 8 - Groundwork, Civil Work and Concrete Repairs

II.2.2) Additional CPV code(s)

45200000

45262300

45220000

II.2.3) Place of performance

NUTS code:

UKM75

II.2.4) Description of the procurement

Various Civil Work and Concrete Repairs Works

Refer to Schedule 2

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 900 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

On Expiry of the Framework

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6

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

II.2.14) Additional information

Please refer to all schedules within the tender pack

Lot No: 9

II.2.1) Title

Lot 9 - Multi - Trade Works - Works up to 1m GBP

II.2.2) Additional CPV code(s)

45420000

45311000

45311100

45442100

45443000

45410000

45332200

45260000

45262000

45262500

II.2.3) Place of performance

NUTS code:

UKM75

II.2.4) Description of the procurement

Various Multi Trades Works Works

Refer to Schedule 2

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 9 600 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

On Expiry of the Framework

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 8

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

II.2.14) Additional information

Please refer to all schedules within the tender pack

Lot No: 10

II.2.1) Title

Lot 10 - Multi - Trade Works - Works from 1m - 3m GBP

II.2.2) Additional CPV code(s)

45420000

45311000

45311100

45442100

45443000

45410000

45332200

45260000

45262000

II.2.3) Place of performance

NUTS code:

UKM75

II.2.4) Description of the procurement

Various Multi Trade Works

Refer to Schedule 2

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 7 200 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

On Expiry of the Framework

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 8

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

II.2.14) Additional information

Please refer to all schedules within the tender pack

Lot No: 11

II.2.1) Title

Lot 11 - Multi - Trade Works - Works from 3m - 7m GBP

II.2.2) Additional CPV code(s)

45420000

45311000

45311100

45442100

45443000

45410000

45332200

45260000

45262000

45262500

II.2.3) Place of performance

NUTS code:

UKM75

II.2.4) Description of the procurement

Various Multi Trade Works

Refer to Schedule 2

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 9 600 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

On Expiry of the Framework

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 8

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

II.2.14) Additional information

Please refer to all schedules within the tender pack

Lot No: 12

II.2.1) Title

Lot 12 - Multi - Trade Works - Works from 7m - 15m GBP

II.2.2) Additional CPV code(s)

45420000

45311000

45311100

45442100

45443000

45410000

45332200

45260000

45262000

45262500

II.2.3) Place of performance

NUTS code:

UKM75

II.2.4) Description of the procurement

Various Multi Trade Works

Refer to Schedule 2

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 1 440 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

On Expiry of the Framework

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 8

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

II.2.14) Additional information

Please refer to all schedules within the tender pack

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:

Please refer to schedule 4

III.1.2) Economic and financial standing

List and brief description of selection criteria:

The following information is contained within schedule 4

List and brief description of selection criteria:

Part III: Section A, B, C & D - Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of The Public Contracts (Scotland) Regulations 2015 [for above OJEU threshold)/8 and 9 of the Procurement (Scotland) Regulations 2016 (below OJEU threshold).

Part IV: Selection Criteria - B: Economic and financial standing – Question 4B.1 -

Tenderers are required to have the following minimum “general” annual turnover for the last two financial years.

Lot 1 - Electrical Works - GBP 187,500.00

Lot 2 - Mechanical & Public Health Works – GBP 187,500.00

Lot 3 - Photovoltaic PV Solar Panels – GBP 100,000.00

Lot 4 - Roof & Rainwater Installation, Refurbishment Works – GBP 750,000.00

Lot 5 - Stonework & Masonry Works – GBP 480,000.00

Lot 6 - UPVC Windows, Doors & Screens – GBP 800,000.00

Lot 7 - Timber Windows, Doors & Screens – GBP 800,000.00

Lot 8 - Groundwork, Civil Work and Concrete Repairs – GBP 300,000.00

Lot 9 - Multi - Trade Works - Works up to 1m – GBP 600,000.00

Lot 10 - Multi - Trade Works - Works from 1m - 3m – GBP 450,000.00

Lot 11 - Multi - Trade Works - Works from 3m - 7m – GBP 600,000.00

Lot 12 - Multi - Trade Works - Works from 7m - 15m – GBP 900,000.00

Part IV: Selection Criteria - B: Economic and financial standing – Question 4B.4 -Tenderers will be required provide the following information in response to 4B.4 for all Lots:

In the event that a contractor wins more than one lot the Council reserves the right to undertake a renewed financial assessment of that Contractor’s capabilities, this will be determined by the value of the lots combined, which will set the required turnover and ratio criteria to be met by the Contractor.

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.

Lot 1 - Electrical Works 1.10

Lot 2 - Mechanical & Public Health Works 1.10

Lot 3 - Photovoltaic PV Solar Panels 1.10

Lot 4 - Roof & Rainwater Installation, Refurbishment Works 1.15

Lot 5 - Stonework & Masonry Works 1.15

Lot 6 - UPVC Windows, Doors & Screens 1.15

Lot 7 - Timber Windows, Doors & Screens 1.15

Lot 8 - Groundwork, Civil Work and Concrete Repairs 1.10

Lot 9 - Multi - Trade Works - Works up to 1m 1.15

Lot 10 - Multi - Trade Works - Works from 1m - 3m 1.15

Lot 11 - Multi - Trade Works - Works from 3m - 7m 1.15

Lot 12 - Multi - Trade Works - Works from 7m - 15m 1.15

Part IV: 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 of insurance indicated below:

- a. Employer’s (Compulsory) Liability Insurance

- b. Public and Products Liability Insurance

- c. Contractors All Risk - Contract Works Insurance with a limit per contract of no less than the value of the works plus 20%

- d. Professional Indemnity Insurance

- e. Commercial Motor - Own Damage and Third Party

- f. Motor Vehicle Insurance - Fully Comprehensive

- g. Non Negligent Insurance

- h. Hot Works

Tenderers note that the required amounts are noted in schedule 4 for each lot and are the minimum levels of insurance required to be awarded onto the Framework Agreement.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

QUESTION 1 – CASE STUDY 1 - PAST PROJECTS - QUALITY WEIGHTING 60%

Please provide a case study featuring a projects completed within the last five years related to the specification of the lot your organisation is applying for that demonstrates your organisation has the relevant experience to deliver the successful outcomes of the Framework Agreement.

Your responses must include but not limited to the following information;

- A description of the project including the scope of works and core services provided.

- Your organisation’s role in delivering the project including the key roles of those involved.

- The form of contract used.

- The estimated contract value and the actual turn out value.

- The duration of the project – initial programme and actual.

- Management of aftercare.

- Approach to defects rectification.

- Details of communication procedures with the Client and Design Team.

- Sustainability outcomes delivered and,

- Community Benefits delivered.

Higher marks shall be awarded to responses which provide all of the information requested and evidenced in each the case study submission to sufficient detail and demonstrates successful delivery a projects of a similar size and type to those being procured via this Framework Agreement.

QUESTION 2 – CASE STUDY 2 - MULTI LOT - MULTI WORK PACKAGE - QUALITY WEIGHTING 40%

The Council strives to provide good quality services that consistently meets expectations in terms of reliability, meeting deadline and customer service.

There may be times during the framework that your organisation could be awarded multiple works packages, please provide a case study of when you have managed 2 or more contracts simultaneously, describing but not limited to the following:

- A description of the multiple projects, scope of works, value and core services provided.

- How you managed multiple projects, including resources, staffing, plant & machinery.

- How your organisation ensured quality of service during multiple projects.

- How your organisation ensured reliability.

- How deadlines were achieved, including managing delays.

- How your organisation communicated procedures, priorities and reporting with the Client

Higher marks shall be awarded to responses which provide all of the information requested and evidenced in each the case study submission to sufficient detail and demonstrates successful delivery a projects of a similar size and type to those being procured via this Framework Agreement.


Minimum level(s) of standards required:

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.4.1 –

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 –

A completed copy of “schedule 5 - 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.

Compliance with LEZ - Tenderers are required to confirm that they (and any sub-contractor) will comply with the minimum emissions standards for Edinburgh’s Low Emission Zone

Part IV: Selection Criteria – D: Quality Assurance Schemes – Question 4D.1 –

Requirement - Quality Management Procedures

The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).

OR

If the bidder does not hold UKAS (or equivalent) accredited independent third party

certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), then the bidder must have the following:

A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.

Requirement - Health & Safety Procedures

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. Tenderers should confirm that this condition has been met within the response to this question.

Where a Tenderer does not have a Health & Safety Policy and is required to do so, the Council may exclude the Tenderer from the competition.

NOTE: Organisations with fewer than five employees are not required by law to have a documented policy statement.

It is a mandatory requirement that Tendering Organisations confirm that it can commit to meeting the Council's Construction Charter Commitments. Schedule 8 of the Stage 1 documentation. Where a Tenderer does not commit to meeting the charter, the Council may exclude the Tenderer from the competition.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

This Framework Agreement shall include a Community Benefit Clause

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

Competitive procedure with negotiation

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: 100

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-037937

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 01/09/2025

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 03/11/2025

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: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

2030

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

A summary of the expected community benefits will be provided as follows:

Community Benefits will be assessed in a general terms at Invitation to Tender Stage 2 for entry to the Framework Agreement.

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=803957.

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.

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

Call off contracts will detail if this is required

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 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 will be provided as follows:

Community Benefits will be assessed in a general terms at Invitation to Tender Stage 2 for entry to the Framework Agreement.

This will be fully detailed at stage 2

(SC Ref:803957)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=803957

VI.4) Procedures for review

VI.4.1) Review body

Sheriff Court

Sheriff Court House, 27 Chambers Street

Edinburgh

EH1 1LB

UK

VI.4.2) Body responsible for mediation procedures

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:

Precise information on deadline(s) for review procedures:

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. The City of Edinburgh Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by fax or e-mail to all tenderers with the standstill period commencing on the next day. If proceedings are

started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within3 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.

VI.5) Date of dispatch of this notice

30/07/2025

Coding

Commodity categories

ID Title Parent category
45210000 Building construction work Works for complete or part construction and civil engineering work
45262300 Concrete work Special trade construction works other than roof works
45262512 Dressed stonework Special trade construction works other than roof works
45310000 Electrical installation work Building installation work
45311000 Electrical wiring and fitting work Electrical installation work
45311100 Electrical wiring work Electrical wiring and fitting work
45220000 Engineering works and construction works Works for complete or part construction and civil engineering work
45443000 Facade work Painting and glazing work
45261300 Flashing and guttering work Erection and related works of roof frames and coverings
45261310 Flashing work Erection and related works of roof frames and coverings
45261320 Guttering work Erection and related works of roof frames and coverings
45421130 Installation of doors and windows Joinery work
45421100 Installation of doors and windows and related components Joinery work
45420000 Joinery and carpentry installation work Building completion work
45421000 Joinery work Joinery and carpentry installation work
45262500 Masonry and bricklaying work Special trade construction works other than roof works
45262522 Masonry work Special trade construction works other than roof works
71334000 Mechanical and electrical engineering services Miscellaneous engineering services
45350000 Mechanical installations Building installation work
45261213 Metal roof-covering work Erection and related works of roof frames and coverings
45442100 Painting work Application work of protective coatings
45410000 Plastering work Building completion work
45261910 Roof repair Erection and related works of roof frames and coverings
45260000 Roof works and other special trade construction works Works for complete or part construction and civil engineering work
45261210 Roof-covering work Erection and related works of roof frames and coverings
45261100 Roof-framing work Erection and related works of roof frames and coverings
45261212 Roof-slating work Erection and related works of roof frames and coverings
45261211 Roof-tiling work Erection and related works of roof frames and coverings
45261400 Sheeting work Erection and related works of roof frames and coverings
09330000 Solar energy Electricity, heating, solar and nuclear energy
09332000 Solar installation Solar energy
09331000 Solar panels Solar energy
09331200 Solar photovoltaic modules Solar panels
45262000 Special trade construction works other than roof works Roof works and other special trade construction works
45262510 Stonework Special trade construction works other than roof works
45332200 Water plumbing work Plumbing and drain-laying work
44611500 Water tanks Tanks
44221100 Windows Windows, doors and related items
44221000 Windows, doors and related items Builders joinery
45200000 Works for complete or part construction and civil engineering work Construction 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:
lorna.lennen@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.