Buyer Name: The City of Edinburgh Council
Buyer Address: Waverley Court, 4 East Market Street, Edinburgh, UKM75, EH8 8BG, United Kingdom
Contact Name: Lorna Lennen
Contact Email: lorna.lennen@edinburgh.gov.uk
Buyer Name: The City of Edinburgh Council
Buyer Address: Waverley Court, 4 East Market Street, Edinburgh, UKM75, EH8 8BG, United Kingdom
Contact Name: Lorna Lennen
Contact Email: lorna.lennen@edinburgh.gov.uk
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
No linked documents found for this notice.
Lot Title: Lot 1 - Electrical Works
Lot Description: Various Electrical Works Including Installation Works Refer to Schedule 2 Additional information: Please refer to all schedules within the tender pack
Lot 1 Status: active
Lot 1 Has Options: No
Lot 1 Value: GBP 3,000,000.00
Lot 1 Award Criterion (quality): Quality
Lot Title: Lot 2 - Mechanical & Public Health Works
Lot Description: Various Mechanical, Electrical & Plumbing Works Including Installation Works Refer to Schedule 2 Additional information: Please refer to all schedules within the tender pack
Lot 2 Status: active
Lot 2 Has Options: No
Lot 2 Value: GBP 3,000,000.00
Lot 2 Award Criterion (quality): Quality
Lot Title: Lot 3 - Photovoltaic PV Solar Panels
Lot Description: Various Photovoltaic PV Solar Panels works Including Installation Works Refer to Schedule 2 Additional information: Please refer to all schedules within the tender pack
Lot 3 Status: active
Lot 3 Has Options: No
Lot 3 Value: GBP 1,200,000.00
Lot 3 Award Criterion (quality): Quality
Lot Title: Lot 4 - Roof & Rainwater Installation, Refurbishment Works
Lot Description: Various Roof & Rainwater Installation, Refurbishment Works Refer to Schedule 2 Additional information: Please refer to all schedules within the tender pack
Lot 4 Status: active
Lot 4 Has Options: No
Lot 4 Value: GBP 12,000,000.00
Lot 4 Award Criterion (quality): Quality
Lot Title: Lot 5 - Stonework & Masonry Works
Lot Description: Various Stonework & Masonry Works Refer to Schedule 2 Additional information: Please refer to all schedules within the tender pack
Lot 5 Status: active
Lot 5 Has Options: No
Lot 5 Value: GBP 4,800,000.00
Lot 5 Award Criterion (quality): Quality
Lot Title: Lot 6 - UPVC Windows, Doors & Screens
Lot Description: Various UPVC Windows, Doors & Screen Installation Works Refer to Schedule 2 Additional information: Please refer to all schedules within the tender pack
Lot 6 Status: active
Lot 6 Has Options: No
Lot 6 Value: GBP 9,600,000.00
Lot 6 Award Criterion (quality): Quality
Lot Title: Lot 7 - Timber Windows, Doors & Screens
Lot Description: Various Timber Windows, Doors & Screens Installation Works Refer to Schedule 2 Additional information: Please refer to all schedules within the tender pack
Lot 7 Status: active
Lot 7 Has Options: No
Lot 7 Value: GBP 9,600,000.00
Lot 7 Award Criterion (quality): Quality
Lot Title: Lot 8 - Groundwork, Civil Work and Concrete Repairs
Lot Description: Various Civil Work and Concrete Repairs Works Refer to Schedule 2 Additional information: Please refer to all schedules within the tender pack
Lot 8 Status: active
Lot 8 Has Options: No
Lot 8 Value: GBP 900,000.00
Lot 8 Award Criterion (quality): Quality
Lot Title: Lot 9 - Multi - Trade Works - Works up to 1m GBP
Lot Description: Various Multi Trades Works Works Refer to Schedule 2 Additional information: Please refer to all schedules within the tender pack
Lot 9 Status: active
Lot 9 Has Options: No
Lot 9 Value: GBP 9,600,000.00
Lot 9 Award Criterion (quality): Quality
Lot Title: Lot 11 - Multi - Trade Works - Works from 3m - 7m GBP
Lot Description: Various Multi Trade Works Refer to Schedule 2 Additional information: Please refer to all schedules within the tender pack
Lot 11 Status: active
Lot 11 Has Options: No
Lot 11 Value: GBP 9,600,000.00
Lot 11 Award Criterion (quality): Quality
Lot Title: Lot 12 - Multi - Trade Works - Works from 7m - 15m GBP
Lot 12 Status: active
Lot 12 Has Options: No
Lot 12 Value: GBP 1,440,000.00
Lot 12 Award Criterion (quality): Quality
Lot Title: Lot 10 - Multi - Trade Works - Works from 1m - 3m GBP
Lot 10 Status: active
Lot 10 Has Options: No
Lot 10 Value: GBP 7,200,000.00
Lot 10 Award Criterion (quality): Quality
{
"buyer": {
"id": "GB-FTS-346",
"name": "The City of Edinburgh Council"
},
"date": "2025-07-30T13:58:38+01:00",
"description": "A summary of the expected community benefits will be provided as follows:\nCommunity Benefits will be assessed in a general terms at Invitation to Tender Stage 2 for entry to the Framework Agreement.\nNOTE: 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.\nThe 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.\nSuppliers 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.\nThe 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:\nCall off contracts will detail if this is required\nCommunity benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\nA summary of the expected community benefits has been provided as follows:\nCommunity benefits are included in this requirement. For more information see:https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\nA summary of the expected community benefits will be provided as follows:\nCommunity Benefits will be assessed in a general terms at Invitation to Tender Stage 2 for entry to the Framework Agreement.\nThis will be fully detailed at stage 2\n(SC Ref:803957)\nDownload the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=803957",
"id": "044292-2025",
"initiationType": "tender",
"language": "en",
"links": [
{
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000783918",
"rel": "canonical"
}
],
"ocid": "ocds-h6vhtk-04be46",
"parties": [
{
"address": {
"countryName": "United Kingdom",
"locality": "Edinburgh",
"postalCode": "EH8 8BG",
"region": "UKM75",
"streetAddress": "Waverley Court, 4 East Market Street"
},
"contactPoint": {
"email": "lorna.lennen@edinburgh.gov.uk",
"name": "Lorna Lennen",
"url": "https://www.publiccontractsscotland.gov.uk/"
},
"details": {
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290",
"classifications": [
{
"description": "Regional or local authority",
"id": "REGIONAL_AUTHORITY",
"scheme": "TED_CA_TYPE"
},
{
"description": "General public services",
"id": "01",
"scheme": "COFOG"
}
],
"url": "http://www.edinburgh.gov.uk"
},
"id": "GB-FTS-346",
"identifier": {
"legalName": "The City of Edinburgh Council"
},
"name": "The City of Edinburgh Council",
"roles": [
"buyer"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "Edinburgh",
"postalCode": "EH1 1LB",
"streetAddress": "Sheriff Court House, 27 Chambers Street"
},
"id": "GB-FTS-5024",
"identifier": {
"legalName": "Sheriff Court"
},
"name": "Sheriff Court",
"roles": [
"reviewBody",
"mediationBody"
]
}
],
"tag": [
"tender"
],
"tender": {
"classification": {
"description": "Building construction work",
"id": "45210000",
"scheme": "CPV"
},
"communication": {
"atypicalToolUrl": "https://www.publiccontractsscotland.gov.uk/"
},
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"hasElectronicOrdering": true,
"hasElectronicPayment": true,
"performanceTerms": "This Framework Agreement shall include a Community Benefit Clause"
},
"coveredBy": [
"GPA"
],
"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.\nThe Council\u0027s 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.\nThe Council would like to invite interested parties to tender to become a framework contractor of these works within Edinburgh.\nThe Council is looking to establish contractors committed to delivering the Council\u2019s vision for the creation of high quality, vibrant and sustainable places in our city.\nIt 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.\nPlease refer to Schedule 2 for each lots specification",
"hasRecurrence": true,
"id": "CT0640",
"items": [
{
"additionalClassifications": [
{
"description": "Mechanical and electrical engineering services",
"id": "71334000",
"scheme": "CPV"
},
{
"description": "Water tanks",
"id": "44611500",
"scheme": "CPV"
},
{
"description": "Mechanical installations",
"id": "45350000",
"scheme": "CPV"
},
{
"description": "Electrical installation work",
"id": "45310000",
"scheme": "CPV"
},
{
"description": "Electrical wiring and fitting work",
"id": "45311000",
"scheme": "CPV"
},
{
"description": "Electrical wiring work",
"id": "45311100",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"id": "1",
"relatedLot": "1"
},
{
"additionalClassifications": [
{
"description": "Mechanical and electrical engineering services",
"id": "71334000",
"scheme": "CPV"
},
{
"description": "Water tanks",
"id": "44611500",
"scheme": "CPV"
},
{
"description": "Mechanical installations",
"id": "45350000",
"scheme": "CPV"
},
{
"description": "Water plumbing work",
"id": "45332200",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"id": "2",
"relatedLot": "2"
},
{
"additionalClassifications": [
{
"description": "Solar panels",
"id": "09331000",
"scheme": "CPV"
},
{
"description": "Solar energy",
"id": "09330000",
"scheme": "CPV"
},
{
"description": "Solar photovoltaic modules",
"id": "09331200",
"scheme": "CPV"
},
{
"description": "Solar installation",
"id": "09332000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"id": "3",
"relatedLot": "3"
},
{
"additionalClassifications": [
{
"description": "Roof works and other special trade construction works",
"id": "45260000",
"scheme": "CPV"
},
{
"description": "Masonry work",
"id": "45262522",
"scheme": "CPV"
},
{
"description": "Roof-framing work",
"id": "45261100",
"scheme": "CPV"
},
{
"description": "Roof-covering work",
"id": "45261210",
"scheme": "CPV"
},
{
"description": "Roof-tiling work",
"id": "45261211",
"scheme": "CPV"
},
{
"description": "Roof-slating work",
"id": "45261212",
"scheme": "CPV"
},
{
"description": "Metal roof-covering work",
"id": "45261213",
"scheme": "CPV"
},
{
"description": "Flashing and guttering work",
"id": "45261300",
"scheme": "CPV"
},
{
"description": "Flashing work",
"id": "45261310",
"scheme": "CPV"
},
{
"description": "Guttering work",
"id": "45261320",
"scheme": "CPV"
},
{
"description": "Sheeting work",
"id": "45261400",
"scheme": "CPV"
},
{
"description": "Roof repair",
"id": "45261910",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"id": "4",
"relatedLot": "4"
},
{
"additionalClassifications": [
{
"description": "Masonry and bricklaying work",
"id": "45262500",
"scheme": "CPV"
},
{
"description": "Masonry work",
"id": "45262522",
"scheme": "CPV"
},
{
"description": "Stonework",
"id": "45262510",
"scheme": "CPV"
},
{
"description": "Dressed stonework",
"id": "45262512",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"id": "5",
"relatedLot": "5"
},
{
"additionalClassifications": [
{
"description": "Windows",
"id": "44221100",
"scheme": "CPV"
},
{
"description": "Installation of doors and windows and related components",
"id": "45421100",
"scheme": "CPV"
},
{
"description": "Installation of doors and windows",
"id": "45421130",
"scheme": "CPV"
},
{
"description": "Windows, doors and related items",
"id": "44221000",
"scheme": "CPV"
},
{
"description": "Joinery and carpentry installation work",
"id": "45420000",
"scheme": "CPV"
},
{
"description": "Joinery work",
"id": "45421000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"id": "6",
"relatedLot": "6"
},
{
"additionalClassifications": [
{
"description": "Windows",
"id": "44221100",
"scheme": "CPV"
},
{
"description": "Installation of doors and windows and related components",
"id": "45421100",
"scheme": "CPV"
},
{
"description": "Installation of doors and windows",
"id": "45421130",
"scheme": "CPV"
},
{
"description": "Windows, doors and related items",
"id": "44221000",
"scheme": "CPV"
},
{
"description": "Joinery and carpentry installation work",
"id": "45420000",
"scheme": "CPV"
},
{
"description": "Joinery work",
"id": "45421000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"id": "7",
"relatedLot": "7"
},
{
"additionalClassifications": [
{
"description": "Works for complete or part construction and civil engineering work",
"id": "45200000",
"scheme": "CPV"
},
{
"description": "Concrete work",
"id": "45262300",
"scheme": "CPV"
},
{
"description": "Engineering works and construction works",
"id": "45220000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"id": "8",
"relatedLot": "8"
},
{
"additionalClassifications": [
{
"description": "Joinery and carpentry installation work",
"id": "45420000",
"scheme": "CPV"
},
{
"description": "Electrical wiring and fitting work",
"id": "45311000",
"scheme": "CPV"
},
{
"description": "Electrical wiring work",
"id": "45311100",
"scheme": "CPV"
},
{
"description": "Painting work",
"id": "45442100",
"scheme": "CPV"
},
{
"description": "Facade work",
"id": "45443000",
"scheme": "CPV"
},
{
"description": "Plastering work",
"id": "45410000",
"scheme": "CPV"
},
{
"description": "Water plumbing work",
"id": "45332200",
"scheme": "CPV"
},
{
"description": "Roof works and other special trade construction works",
"id": "45260000",
"scheme": "CPV"
},
{
"description": "Special trade construction works other than roof works",
"id": "45262000",
"scheme": "CPV"
},
{
"description": "Masonry and bricklaying work",
"id": "45262500",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"id": "9",
"relatedLot": "9"
},
{
"additionalClassifications": [
{
"description": "Joinery and carpentry installation work",
"id": "45420000",
"scheme": "CPV"
},
{
"description": "Electrical wiring and fitting work",
"id": "45311000",
"scheme": "CPV"
},
{
"description": "Electrical wiring work",
"id": "45311100",
"scheme": "CPV"
},
{
"description": "Painting work",
"id": "45442100",
"scheme": "CPV"
},
{
"description": "Facade work",
"id": "45443000",
"scheme": "CPV"
},
{
"description": "Plastering work",
"id": "45410000",
"scheme": "CPV"
},
{
"description": "Water plumbing work",
"id": "45332200",
"scheme": "CPV"
},
{
"description": "Roof works and other special trade construction works",
"id": "45260000",
"scheme": "CPV"
},
{
"description": "Special trade construction works other than roof works",
"id": "45262000",
"scheme": "CPV"
},
{
"description": "Masonry and bricklaying work",
"id": "45262500",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"id": "11",
"relatedLot": "11"
},
{
"additionalClassifications": [
{
"description": "Joinery and carpentry installation work",
"id": "45420000",
"scheme": "CPV"
},
{
"description": "Electrical wiring and fitting work",
"id": "45311000",
"scheme": "CPV"
},
{
"description": "Electrical wiring work",
"id": "45311100",
"scheme": "CPV"
},
{
"description": "Painting work",
"id": "45442100",
"scheme": "CPV"
},
{
"description": "Facade work",
"id": "45443000",
"scheme": "CPV"
},
{
"description": "Plastering work",
"id": "45410000",
"scheme": "CPV"
},
{
"description": "Water plumbing work",
"id": "45332200",
"scheme": "CPV"
},
{
"description": "Roof works and other special trade construction works",
"id": "45260000",
"scheme": "CPV"
},
{
"description": "Special trade construction works other than roof works",
"id": "45262000",
"scheme": "CPV"
},
{
"description": "Masonry and bricklaying work",
"id": "45262500",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"id": "12",
"relatedLot": "12"
},
{
"additionalClassifications": [
{
"description": "Joinery and carpentry installation work",
"id": "45420000",
"scheme": "CPV"
},
{
"description": "Electrical wiring and fitting work",
"id": "45311000",
"scheme": "CPV"
},
{
"description": "Electrical wiring work",
"id": "45311100",
"scheme": "CPV"
},
{
"description": "Painting work",
"id": "45442100",
"scheme": "CPV"
},
{
"description": "Facade work",
"id": "45443000",
"scheme": "CPV"
},
{
"description": "Plastering work",
"id": "45410000",
"scheme": "CPV"
},
{
"description": "Water plumbing work",
"id": "45332200",
"scheme": "CPV"
},
{
"description": "Roof works and other special trade construction works",
"id": "45260000",
"scheme": "CPV"
},
{
"description": "Special trade construction works other than roof works",
"id": "45262000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"id": "10",
"relatedLot": "10"
}
],
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"lotDetails": {
"awardCriteriaDetails": "Lots 1,2 \u0026 3\nLots 6 \u0026 7\nLots 9 \u0026 10\nLots 11 \u0026 12\nLots 9, 10, 11 \u0026 12\nThis will happen if the capacity of contractors identifies that the competition is low within lots.",
"maximumLotsAwardedPerSupplier": 10,
"maximumLotsBidPerSupplier": 10
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "30",
"name": "Quality",
"type": "quality"
},
{
"description": "70",
"type": "price"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"description": "Various Electrical Works Including Installation Works\nRefer to Schedule 2 Additional information: Please refer to all schedules within the tender pack",
"hasOptions": false,
"hasRenewal": true,
"id": "1",
"renewal": {
"description": "On Expiry of the Framework"
},
"secondStage": {
"maximumCandidates": 10,
"minimumCandidates": 8
},
"status": "active",
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"title": "Lot 1 - Electrical Works",
"value": {
"amount": 3000000.0,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "30",
"name": "Quality",
"type": "quality"
},
{
"description": "70",
"type": "price"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"description": "Various Mechanical, Electrical \u0026 Plumbing Works Including Installation Works\nRefer to Schedule 2 Additional information: Please refer to all schedules within the tender pack",
"hasOptions": false,
"hasRenewal": true,
"id": "2",
"renewal": {
"description": "On Expiry of the Framework"
},
"secondStage": {
"maximumCandidates": 10,
"minimumCandidates": 8
},
"status": "active",
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"title": "Lot 2 - Mechanical \u0026 Public Health Works",
"value": {
"amount": 3000000.0,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "30",
"name": "Quality",
"type": "quality"
},
{
"description": "70",
"type": "price"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"description": "Various Photovoltaic PV Solar Panels works Including Installation Works\nRefer to Schedule 2 Additional information: Please refer to all schedules within the tender pack",
"hasOptions": false,
"hasRenewal": true,
"id": "3",
"renewal": {
"description": "On Expiry of the Framework"
},
"secondStage": {
"maximumCandidates": 8,
"minimumCandidates": 6
},
"status": "active",
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"title": "Lot 3 - Photovoltaic PV Solar Panels",
"value": {
"amount": 1200000.0,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "30",
"name": "Quality",
"type": "quality"
},
{
"description": "70",
"type": "price"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"description": "Various Roof \u0026 Rainwater Installation, Refurbishment Works\nRefer to Schedule 2 Additional information: Please refer to all schedules within the tender pack",
"hasOptions": false,
"hasRenewal": true,
"id": "4",
"renewal": {
"description": "On Expiry of the Framework"
},
"secondStage": {
"maximumCandidates": 10,
"minimumCandidates": 8
},
"status": "active",
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"title": "Lot 4 - Roof \u0026 Rainwater Installation, Refurbishment Works",
"value": {
"amount": 12000000.0,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "30",
"name": "Quality",
"type": "quality"
},
{
"description": "70",
"type": "price"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"description": "Various Stonework \u0026 Masonry Works\nRefer to Schedule 2 Additional information: Please refer to all schedules within the tender pack",
"hasOptions": false,
"hasRenewal": true,
"id": "5",
"renewal": {
"description": "On Expiry of the Framework"
},
"secondStage": {
"maximumCandidates": 7,
"minimumCandidates": 5
},
"status": "active",
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"title": "Lot 5 - Stonework \u0026 Masonry Works",
"value": {
"amount": 4800000.0,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "30",
"name": "Quality",
"type": "quality"
},
{
"description": "70",
"type": "price"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"description": "Various UPVC Windows, Doors \u0026 Screen Installation Works\nRefer to Schedule 2 Additional information: Please refer to all schedules within the tender pack",
"hasOptions": false,
"hasRenewal": true,
"id": "6",
"renewal": {
"description": "On Expiry of the Framework"
},
"secondStage": {
"maximumCandidates": 10,
"minimumCandidates": 6
},
"status": "active",
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"title": "Lot 6 - UPVC Windows, Doors \u0026 Screens",
"value": {
"amount": 9600000.0,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "30",
"name": "Quality",
"type": "quality"
},
{
"description": "70",
"type": "price"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"description": "Various Timber Windows, Doors \u0026 Screens Installation Works\nRefer to Schedule 2 Additional information: Please refer to all schedules within the tender pack",
"hasOptions": false,
"hasRenewal": true,
"id": "7",
"renewal": {
"description": "On Expiry of the Framework"
},
"secondStage": {
"maximumCandidates": 8,
"minimumCandidates": 6
},
"status": "active",
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"title": "Lot 7 - Timber Windows, Doors \u0026 Screens",
"value": {
"amount": 9600000.0,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "30",
"name": "Quality",
"type": "quality"
},
{
"description": "70",
"type": "price"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"description": "Various Civil Work and Concrete Repairs Works\nRefer to Schedule 2 Additional information: Please refer to all schedules within the tender pack",
"hasOptions": false,
"hasRenewal": true,
"id": "8",
"renewal": {
"description": "On Expiry of the Framework"
},
"secondStage": {
"maximumCandidates": 8,
"minimumCandidates": 6
},
"status": "active",
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"title": "Lot 8 - Groundwork, Civil Work and Concrete Repairs",
"value": {
"amount": 900000.0,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "30",
"name": "Quality",
"type": "quality"
},
{
"description": "70",
"type": "price"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"description": "Various Multi Trades Works Works\nRefer to Schedule 2 Additional information: Please refer to all schedules within the tender pack",
"hasOptions": false,
"hasRenewal": true,
"id": "9",
"renewal": {
"description": "On Expiry of the Framework"
},
"secondStage": {
"maximumCandidates": 10,
"minimumCandidates": 8
},
"status": "active",
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"title": "Lot 9 - Multi - Trade Works - Works up to 1m GBP",
"value": {
"amount": 9600000.0,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "30",
"name": "Quality",
"type": "quality"
},
{
"description": "70",
"type": "price"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"description": "Various Multi Trade Works\nRefer to Schedule 2 Additional information: Please refer to all schedules within the tender pack",
"hasOptions": false,
"hasRenewal": true,
"id": "11",
"renewal": {
"description": "On Expiry of the Framework"
},
"secondStage": {
"maximumCandidates": 10,
"minimumCandidates": 8
},
"status": "active",
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"title": "Lot 11 - Multi - Trade Works - Works from 3m - 7m GBP",
"value": {
"amount": 9600000.0,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "30",
"name": "Quality",
"type": "quality"
},
{
"description": "70",
"type": "price"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"description": "Various Multi Trade Works\nRefer to Schedule 2 Additional information: Please refer to all schedules within the tender pack",
"hasOptions": false,
"hasRenewal": true,
"id": "12",
"renewal": {
"description": "On Expiry of the Framework"
},
"secondStage": {
"maximumCandidates": 10,
"minimumCandidates": 8
},
"status": "active",
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"title": "Lot 12 - Multi - Trade Works - Works from 7m - 15m GBP",
"value": {
"amount": 1440000.0,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "30",
"name": "Quality",
"type": "quality"
},
{
"description": "70",
"type": "price"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"description": "Various Multi Trade Works\nRefer to Schedule 2 Additional information: Please refer to all schedules within the tender pack",
"hasOptions": false,
"hasRenewal": true,
"id": "10",
"renewal": {
"description": "On Expiry of the Framework"
},
"secondStage": {
"maximumCandidates": 10,
"minimumCandidates": 8
},
"status": "active",
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"title": "Lot 10 - Multi - Trade Works - Works from 1m - 3m GBP",
"value": {
"amount": 7200000.0,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "works",
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"recurrence": {
"description": "2030"
},
"reviewDetails": "Precise information on deadline(s) for review procedures:\nA 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\nstarted 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.",
"secondStage": {
"invitationDate": "2025-11-03T00:00:00Z",
"noNegotiationNecessary": true,
"successiveReduction": true
},
"selectionCriteria": {
"criteria": [
{
"appliesTo": [
"supplier"
],
"description": "Please refer to schedule 4",
"type": "suitability"
},
{
"appliesTo": [
"supplier"
],
"description": "The following information is contained within schedule 4\nList and brief description of selection criteria:\nPart III: Section A, B, C \u0026 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).\nPart IV: Selection Criteria - B: Economic and financial standing \u2013 Question 4B.1 -\nTenderers are required to have the following minimum \u201cgeneral\u201d annual turnover for the last two financial years.\nLot 1 - Electrical Works - GBP 187,500.00\nLot 2 - Mechanical \u0026 Public Health Works \u2013 GBP \t 187,500.00\nLot 3 - Photovoltaic PV Solar Panels \u2013 GBP\t 100,000.00\nLot 4 - Roof \u0026 Rainwater Installation, Refurbishment Works \u2013 GBP 750,000.00\nLot 5 - Stonework \u0026 Masonry Works \u2013 GBP \t 480,000.00\nLot 6 - UPVC Windows, Doors \u0026 Screens \u2013 GBP\t 800,000.00\nLot 7 - Timber Windows, Doors \u0026 Screens \u2013 GBP\t 800,000.00\nLot 8 - Groundwork, Civil Work and Concrete Repairs \u2013 GBP 300,000.00\nLot 9 - Multi - Trade Works - Works up to 1m \u2013 GBP\t 600,000.00\nLot 10 - Multi - Trade Works - Works from 1m - 3m \u2013 GBP\t 450,000.00\nLot 11 - Multi - Trade Works - Works from 3m - 7m \u2013 GBP\t 600,000.00\nLot 12 - Multi - Trade Works - Works from 7m - 15m \u2013 GBP 900,000.00\nPart IV: Selection Criteria - B: Economic and financial standing \u2013 Question 4B.4 -Tenderers will be required provide the following information in response to 4B.4 for all Lots:\nIn the event that a contractor wins more than one lot the Council reserves the right to undertake a renewed financial assessment of that Contractor\u2019s 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.\nWhere 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\u2019s suitability to proceed in the competition.\nLot 1 - Electrical Works\t 1.10\nLot 2 - Mechanical \u0026 Public Health Works\t 1.10\nLot 3 - Photovoltaic PV Solar Panels \t 1.10\nLot 4 - Roof \u0026 Rainwater Installation, Refurbishment Works 1.15\nLot 5 - Stonework \u0026 Masonry Works\t 1.15\nLot 6 - UPVC Windows, Doors \u0026 Screens\t 1.15\nLot 7 - Timber Windows, Doors \u0026 Screens 1.15\nLot 8 - Groundwork, Civil Work and Concrete Repairs\t 1.10\nLot 9 - Multi - Trade Works - Works up to 1m\t 1.15\nLot 10 - Multi - Trade Works - Works from 1m - 3m\t 1.15\nLot 11 - Multi - Trade Works - Works from 3m - 7m\t 1.15\nLot 12 - Multi - Trade Works - Works from 7m - 15m\t 1.15\nPart IV: Selection Criteria - B: Economic and Financial Standing \u2013 Question 4B.5 -\nTenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types of insurance indicated below:\n- a. Employer\u2019s (Compulsory) Liability Insurance\n- b. Public and Products Liability Insurance\n- c. Contractors All Risk - Contract Works Insurance with a limit per contract of no less than the value of the works plus 20%\n- d. Professional Indemnity Insurance\n- e. Commercial Motor - Own Damage and Third Party\n- f. Motor Vehicle Insurance - Fully Comprehensive\n- g. Non Negligent Insurance\n- h. Hot Works\nTenderers 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.",
"type": "economic"
},
{
"appliesTo": [
"supplier"
],
"description": "QUESTION 1 \u2013 CASE STUDY 1 - PAST PROJECTS - QUALITY WEIGHTING 60%\nPlease 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.\nYour responses must include but not limited to the following information;\n-\tA description of the project including the scope of works and core services provided.\n-\tYour organisation\u2019s role in delivering the project including the key roles of those involved.\n-\tThe form of contract used.\n-\tThe estimated contract value and the actual turn out value.\n-\tThe duration of the project \u2013 initial programme and actual.\n-\tManagement of aftercare.\n-\tApproach to defects rectification.\n-\tDetails of communication procedures with the Client and Design Team.\n-\tSustainability outcomes delivered and,\n-\tCommunity Benefits delivered.\nHigher 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.\nQUESTION 2 \u2013 CASE STUDY 2 - MULTI LOT - MULTI WORK PACKAGE - QUALITY WEIGHTING 40%\nThe Council strives to provide good quality services that consistently meets expectations in terms of reliability, meeting deadline and customer service.\nThere 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:\n-\tA description of the multiple projects, scope of works, value and core services provided.\n-\tHow you managed multiple projects, including resources, staffing, plant \u0026 machinery.\n-\tHow your organisation ensured quality of service during multiple projects.\n-\tHow your organisation ensured reliability.\n-\tHow deadlines were achieved, including managing delays.\n-\tHow your organisation communicated procedures, priorities and reporting with the Client\nHigher 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": "Part IV: Selection Criteria \u2013 Prompt Payment \u2013 Question 4C.4 \u2013\nIt 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.\nPart IV: Selection Criteria \u2013 Living Wage Payment \u2013 Question 4C.4.1 \u2013\nTenderers 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 \u201cYes\u201d to this question may not have their tender considered further or proceed to the Price/Quality ratio calculation.\nPart IV: Selection Criteria \u2013 Environmental Measures \u2013 Question 4C.7 \u2013\nA completed copy of \u201cschedule 5 - Bidder Priority Contract Climate Change Plan \u2013 Blank Template\u201d including planned projects and actions to reduce the Tenderer\u2019s carbon emissions. This does not need to contain calculated carbon emissions.\nWhere a Tenderer\u2019s 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\u2019s suitability to proceed in the competition.\nCompliance with LEZ - Tenderers are required to confirm that they (and any sub-contractor) will comply with the minimum emissions standards for Edinburgh\u2019s Low Emission Zone\nPart IV: Selection Criteria \u2013 D: Quality Assurance Schemes \u2013 Question 4D.1 \u2013\nRequirement - Quality Management Procedures\nThe bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).\nOR\nIf the bidder does not hold UKAS (or equivalent) accredited independent third party\ncertificate of compliance in accordance with BS EN ISO 9001 (or equivalent), then the bidder must have the following:\nA 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.\nRequirement - Health \u0026 Safety Procedures\nIt is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health \u0026 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.\nWhere a Tenderer does not have a Health \u0026 Safety Policy and is required to do so, the Council may exclude the Tenderer from the competition.\nNOTE: Organisations with fewer than five employees are not required by law to have a documented policy statement.\nIt is a mandatory requirement that Tendering Organisations confirm that it can commit to meeting the Council\u0027s 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.",
"type": "technical"
}
]
},
"status": "active",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk/",
"submissionTerms": {
"bidValidityPeriod": {
"durationInDays": 180
},
"languages": [
"en"
]
},
"techniques": {
"frameworkAgreement": {
"maximumParticipants": 100
},
"hasFrameworkAgreement": true
},
"tenderPeriod": {
"endDate": "2025-09-01T12:00:00+01:00"
},
"title": "Contractor Works Framework Agreement",
"value": {
"amount": 100000000,
"currency": "GBP"
}
}
}