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.1) Name and addresses
North Ayrshire Council
Cunninghame House, Friars Croft
Irvine
KA12 8EE
UK
Telephone: +44 1294310000
E-mail: procurement@North-Ayrshire.gov.uk
NUTS: UKM93
Internet address(es)
Main address: http://www.north-ayrshire.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337
I.1) Name and addresses
Angus Council
Angus House, Orchardbank Business Park
Forfar
DD8 1AN
UK
Telephone: +44 3452777778
E-mail: procurement@angus.gov.uk
NUTS: UKM71
Internet address(es)
Main address: http://www.angus.gov.uk/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00236
I.1) Name and addresses
Falkirk Council
The Foundry, 4 Central Boulevard, Central Park
Larbert
FK5 4RU
UK
Telephone: +44 1324506070
E-mail: cpu@falkirk.gov.uk
NUTS: UKM76
Internet address(es)
Main address: http://www.falkirk.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184
I.1) Name and addresses
Scottish Borders Council
Council Headquarters
Newtown St Boswells
TD6 0SA
UK
Telephone: +44 1835824000
E-mail: procurement@scotborders.gov.uk
NUTS: UKM91
Internet address(es)
Main address: http://www.scotborders.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00394
I.1) Name and addresses
Fife Council
Fife House, North Street
Glenrothes
KY7 5LT
UK
Telephone: +44 3451550000
E-mail: enquiry.procurement@fife.gov.uk
NUTS: UKM72
Internet address(es)
Main address: http://www.fife.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187
I.1) Name and addresses
East Dunbartonshire Council
Civic & Corporate Headquarters, Southbank Marina,12 Strathkelvin Place
Kirkintilloch
G66 1TJ
UK
Telephone: +44 1415745750
E-mail: procurement@eastdunbarton.gov.uk
NUTS: UKM81
Internet address(es)
Main address: http://www.eastdunbarton.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00225
I.2) Joint procurement
The contract involves joint procurement
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/
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
Public and Civic Clocks
Reference number: CT1385
II.1.2) Main CPV code
50432000
II.1.3) Type of contract
Services
II.1.4) Short description
The City of Edinburgh Council (the Council) intends to put in place a Framework Agreement and appoint multiple Contractors to provide clock winding and maintenance services for two distinct groups of clocks:
Public Clocks within the City of Edinburgh (27 clocks), and
City Chambers Clocks (15 clocks)
In addition to the aforementioned requirements the Council may, at its discretion, utilise this Framework Agreement to provide for new / additional clocks as well as ad-hoc requirements.
The Council is acting for itself and additional Councils in Scotland listed below will be able to access and call from the Framework Agreement:
Angus Council;
North Ayrshire Council;
Falkirk Council;
Scottish Borders Council;
Fife Council;
East Dunbartonshire Council.
II.1.5) Estimated total value
Value excluding VAT:
1 200 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
50432000
39254100
II.2.3) Place of performance
NUTS code:
UKM75
UKM71
UKM76
UKM91
UKM81
Main site or place of performance:
The City of Edinburgh
II.2.4) Description of the procurement
The City of Edinburgh Council (the Council) intends to put in place a Framework Agreement and appoint multiple Contractors to provide clock winding and maintenance services for two distinct groups of clocks:
Public Clocks within the City of Edinburgh (27 clocks), and
City Chambers Clocks (15 clocks)
In addition to the aforementioned requirements the Council may, at its discretion, utilise this Framework Agreement to provide for new / additional clocks as well as ad-hoc requirements.
Objectives
Ensure all clocks are fully operational, accurate, and regularly wound and maintained.
Support public safety and civic functions by maintaining clock visibility and timekeeping.
Provide timely repair and restoration services as needed.
Enable smooth transition between departments following the organisational review in Public Safety.
The Council is acting for itself and additional Councils in Scotland listed below will be able to access and call from the Framework Agreement.
Angus Council
North Ayrshire Council
Falkirk Council
Scottish Borders Council
Fife Council
East Dunbartonshire Council
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
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: 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.1.2) Economic and financial standing
List and brief description of selection criteria:
SPD Question 4B.1 – Tenderers are required to provide their “general” annualturnover for the last two financial years in response to this
question.
SPD Question 4B.5 - Tenderers are required to confirm that they hold, or commit toobtaining prior to the commencement of any
subsequently awarded contract, the specified types and levels of insurance.
SPD Question 4B.6 - Tenderers are required to provide their Current ratio for Current Year and the Prior Year. The formula for calculating current ratio is current assets divided by current liabilities.
Minimum level(s) of standards required:
SPD Question 4B.1 – Tenderers are required to have a minimum “general” annual turnover of GBP 300000 for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition.
SPD Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the following types and levels of insurance:
a. Employers (Compulsory) Liability Insurance - GBP 5000000
b. Public Liability Insurance - GBP 5000000
c. Professional Indemnity - GBP 1000000
Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition.
SPD Question 4B.6 - The acceptable range for each financial ratio is greater than 1.20. Where a Tenderer’s current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
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 Framework Agreement (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 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 include a point of contact for sub-contractors to refer to 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 their awareness of the climate change emergency and provide details of how they have/will respond (to the climate change emergency).
SPD Question 4D.1 – Quality Assurance Schemes & Environmental Management - It is a mandatory requirement that Tendering Organisations with more than 5employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly.
Minimum level(s) of standards required:
SPD Question 4C.4(a) - Payment of the real Living Wage - Where a Tenderer does not commit to pay any staff that 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 the 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 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 & Environmental Management -Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health & Safety Policy and is required to do so, the Council may exclude the Bidder from the competition
III.2) Conditions related to 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: 4
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:
10/07/2025
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
Tender must be valid until:
12/11/2025
IV.2.7) Conditions for opening of tenders
Date:
10/07/2025
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=800518.
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 Service Provider is encouraged to secure positive outcomes that will benefit the community in which they operate. The Service Provider must assist the Council in the delivery of community benefits. The Council reserves the right to introduce monitoring of the delivery of community benefits during the Framework Agreement term.
(SC Ref:800518)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=800518
VI.4) Procedures for review
VI.4.1) Review body
Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
UK
VI.5) Date of dispatch of this notice
10/06/2025