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