Notice Information
Notice Title
Contractor Works Framework Agreement
Notice 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
Lot Information
Lot 1 - Electrical Works
Various Electrical Works Including Installation Works Refer to Schedule 2 Additional information: Please refer to all schedules within the tender pack
Renewal: On Expiry of the Framework
Lot 2 - Mechanical & Public Health WorksVarious Mechanical, Electrical & Plumbing Works Including Installation Works Refer to Schedule 2 Additional information: Please refer to all schedules within the tender pack
Renewal: On Expiry of the Framework
Lot 3 - Photovoltaic PV Solar PanelsVarious Photovoltaic PV Solar Panels works Including Installation Works Refer to Schedule 2 Additional information: Please refer to all schedules within the tender pack
Renewal: On Expiry of the Framework
Lot 4 - Roof & Rainwater Installation, Refurbishment WorksVarious Roof & Rainwater Installation, Refurbishment Works Refer to Schedule 2 Additional information: Please refer to all schedules within the tender pack
Renewal: On Expiry of the Framework
Lot 5 - Stonework & Masonry WorksVarious Stonework & Masonry Works Refer to Schedule 2 Additional information: Please refer to all schedules within the tender pack
Renewal: On Expiry of the Framework
Lot 6 - UPVC Windows, Doors & ScreensVarious UPVC Windows, Doors & Screen Installation Works Refer to Schedule 2 Additional information: Please refer to all schedules within the tender pack
Renewal: On Expiry of the Framework
Lot 7 - Timber Windows, Doors & ScreensVarious Timber Windows, Doors & Screens Installation Works Refer to Schedule 2 Additional information: Please refer to all schedules within the tender pack
Renewal: On Expiry of the Framework
Lot 8 - Groundwork, Civil Work and Concrete RepairsVarious Civil Work and Concrete Repairs Works Refer to Schedule 2 Additional information: Please refer to all schedules within the tender pack
Renewal: On Expiry of the Framework
Lot 9 - Multi - Trade Works - Works up to 1m GBPVarious Multi Trades Works Works Refer to Schedule 2 Additional information: Please refer to all schedules within the tender pack
Renewal: On Expiry of the Framework
Lot 11 - Multi - Trade Works - Works from 3m - 7m GBPVarious Multi Trade Works Refer to Schedule 2 Additional information: Please refer to all schedules within the tender pack
Renewal: On Expiry of the Framework
Lot 12 - Multi - Trade Works - Works from 7m - 15m GBPVarious Multi Trade Works Refer to Schedule 2 Additional information: Please refer to all schedules within the tender pack
Renewal: On Expiry of the Framework
Lot 10 - Multi - Trade Works - Works from 1m - 3m GBPVarious Multi Trade Works Refer to Schedule 2 Additional information: Please refer to all schedules within the tender pack
Renewal: On Expiry of the Framework
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04be46
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/059526-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
09 - Petroleum products, fuel, electricity and other sources of energy
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
09330000 - Solar energy
09331000 - Solar panels
09331200 - Solar photovoltaic modules
09332000 - Solar installation
44221000 - Windows, doors and related items
44221100 - Windows
44611500 - Water tanks
45200000 - Works for complete or part construction and civil engineering work
45210000 - Building construction work
45220000 - Engineering works and construction works
45260000 - Roof works and other special trade construction works
45261100 - Roof-framing work
45261210 - Roof-covering work
45261211 - Roof-tiling work
45261212 - Roof-slating work
45261213 - Metal roof-covering work
45261300 - Flashing and guttering work
45261310 - Flashing work
45261320 - Guttering work
45261400 - Sheeting work
45261910 - Roof repair
45262000 - Special trade construction works other than roof works
45262300 - Concrete work
45262500 - Masonry and bricklaying work
45262510 - Stonework
45262512 - Dressed stonework
45262522 - Masonry work
45310000 - Electrical installation work
45311000 - Electrical wiring and fitting work
45311100 - Electrical wiring work
45332200 - Water plumbing work
45350000 - Mechanical installations
45410000 - Plastering work
45420000 - Joinery and carpentry installation work
45421000 - Joinery work
45421100 - Installation of doors and windows and related components
45421130 - Installation of doors and windows
45442100 - Painting work
45443000 - Facade work
71334000 - Mechanical and electrical engineering services
Notice Value(s)
- Tender Value
- £100,000,000 £100M-£1B
- Lots Value
- £71,940,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 25 Sep 20255 months ago
- Submission Deadline
- 1 Sep 2025Expired
- Future Notice Date
- 20 Feb 2025Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- 2030
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE CITY OF EDINBURGH COUNCIL
- Contact Name
- Lorna Lennen
- Contact Email
- lorna.lennen@edinburgh.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH8 8BG
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- TLM75 City of Edinburgh
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- City Centre
- Westminster Constituency
- Edinburgh East and Musselburgh
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-04be46-2025-09-25T10:08:13+01:00",
"date": "2025-09-25T10:08:13+01:00",
"ocid": "ocds-h6vhtk-04be46",
"description": "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",
"initiationType": "tender",
"tender": {
"id": "CT0640",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Contractor Works Framework Agreement",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
"mainProcurementCategory": "works",
"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",
"value": {
"amount": 100000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"title": "Lot 1 - Electrical Works",
"description": "Various Electrical Works Including Installation Works Refer to Schedule 2 Additional information: Please refer to all schedules within the tender pack",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"value": {
"amount": 3000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "On Expiry of the Framework"
},
"secondStage": {
"minimumCandidates": 8,
"maximumCandidates": 10
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "2",
"title": "Lot 2 - Mechanical & Public Health Works",
"description": "Various Mechanical, Electrical & Plumbing Works Including Installation Works Refer to Schedule 2 Additional information: Please refer to all schedules within the tender pack",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"value": {
"amount": 3000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "On Expiry of the Framework"
},
"secondStage": {
"minimumCandidates": 8,
"maximumCandidates": 10
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "3",
"title": "Lot 3 - Photovoltaic PV Solar Panels",
"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",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"value": {
"amount": 1200000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "On Expiry of the Framework"
},
"secondStage": {
"minimumCandidates": 6,
"maximumCandidates": 8
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "4",
"title": "Lot 4 - Roof & Rainwater Installation, Refurbishment Works",
"description": "Various Roof & Rainwater Installation, Refurbishment Works Refer to Schedule 2 Additional information: Please refer to all schedules within the tender pack",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"value": {
"amount": 12000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "On Expiry of the Framework"
},
"secondStage": {
"minimumCandidates": 8,
"maximumCandidates": 10
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "5",
"title": "Lot 5 - Stonework & Masonry Works",
"description": "Various Stonework & Masonry Works Refer to Schedule 2 Additional information: Please refer to all schedules within the tender pack",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"value": {
"amount": 4800000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "On Expiry of the Framework"
},
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 7
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "6",
"title": "Lot 6 - UPVC Windows, Doors & Screens",
"description": "Various UPVC Windows, Doors & Screen Installation Works Refer to Schedule 2 Additional information: Please refer to all schedules within the tender pack",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"value": {
"amount": 9600000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "On Expiry of the Framework"
},
"secondStage": {
"minimumCandidates": 6,
"maximumCandidates": 10
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "7",
"title": "Lot 7 - Timber Windows, Doors & Screens",
"description": "Various Timber Windows, Doors & Screens Installation Works Refer to Schedule 2 Additional information: Please refer to all schedules within the tender pack",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"value": {
"amount": 9600000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "On Expiry of the Framework"
},
"secondStage": {
"minimumCandidates": 6,
"maximumCandidates": 8
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "8",
"title": "Lot 8 - Groundwork, Civil Work and Concrete Repairs",
"description": "Various Civil Work and Concrete Repairs Works Refer to Schedule 2 Additional information: Please refer to all schedules within the tender pack",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"value": {
"amount": 900000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "On Expiry of the Framework"
},
"secondStage": {
"minimumCandidates": 6,
"maximumCandidates": 8
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "9",
"title": "Lot 9 - Multi - Trade Works - Works up to 1m GBP",
"description": "Various Multi Trades Works Works Refer to Schedule 2 Additional information: Please refer to all schedules within the tender pack",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"value": {
"amount": 9600000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "On Expiry of the Framework"
},
"secondStage": {
"minimumCandidates": 8,
"maximumCandidates": 10
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "11",
"title": "Lot 11 - Multi - Trade Works - Works from 3m - 7m GBP",
"description": "Various Multi Trade Works Refer to Schedule 2 Additional information: Please refer to all schedules within the tender pack",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"value": {
"amount": 9600000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "On Expiry of the Framework"
},
"secondStage": {
"minimumCandidates": 8,
"maximumCandidates": 10
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "12",
"title": "Lot 12 - Multi - Trade Works - Works from 7m - 15m GBP",
"description": "Various Multi Trade Works Refer to Schedule 2 Additional information: Please refer to all schedules within the tender pack",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"value": {
"amount": 1440000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "On Expiry of the Framework"
},
"secondStage": {
"minimumCandidates": 8,
"maximumCandidates": 10
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "10",
"title": "Lot 10 - Multi - Trade Works - Works from 1m - 3m GBP",
"description": "Various Multi Trade Works Refer to Schedule 2 Additional information: Please refer to all schedules within the tender pack",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"value": {
"amount": 7200000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "On Expiry of the Framework"
},
"secondStage": {
"minimumCandidates": 8,
"maximumCandidates": 10
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71334000",
"description": "Mechanical and electrical engineering services"
},
{
"scheme": "CPV",
"id": "44611500",
"description": "Water tanks"
},
{
"scheme": "CPV",
"id": "45350000",
"description": "Mechanical installations"
},
{
"scheme": "CPV",
"id": "45310000",
"description": "Electrical installation work"
},
{
"scheme": "CPV",
"id": "45311000",
"description": "Electrical wiring and fitting work"
},
{
"scheme": "CPV",
"id": "45311100",
"description": "Electrical wiring work"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71334000",
"description": "Mechanical and electrical engineering services"
},
{
"scheme": "CPV",
"id": "44611500",
"description": "Water tanks"
},
{
"scheme": "CPV",
"id": "45350000",
"description": "Mechanical installations"
},
{
"scheme": "CPV",
"id": "45332200",
"description": "Water plumbing work"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "09331000",
"description": "Solar panels"
},
{
"scheme": "CPV",
"id": "09330000",
"description": "Solar energy"
},
{
"scheme": "CPV",
"id": "09331200",
"description": "Solar photovoltaic modules"
},
{
"scheme": "CPV",
"id": "09332000",
"description": "Solar installation"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45260000",
"description": "Roof works and other special trade construction works"
},
{
"scheme": "CPV",
"id": "45262522",
"description": "Masonry work"
},
{
"scheme": "CPV",
"id": "45261100",
"description": "Roof-framing work"
},
{
"scheme": "CPV",
"id": "45261210",
"description": "Roof-covering work"
},
{
"scheme": "CPV",
"id": "45261211",
"description": "Roof-tiling work"
},
{
"scheme": "CPV",
"id": "45261212",
"description": "Roof-slating work"
},
{
"scheme": "CPV",
"id": "45261213",
"description": "Metal roof-covering work"
},
{
"scheme": "CPV",
"id": "45261300",
"description": "Flashing and guttering work"
},
{
"scheme": "CPV",
"id": "45261310",
"description": "Flashing work"
},
{
"scheme": "CPV",
"id": "45261320",
"description": "Guttering work"
},
{
"scheme": "CPV",
"id": "45261400",
"description": "Sheeting work"
},
{
"scheme": "CPV",
"id": "45261910",
"description": "Roof repair"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45262500",
"description": "Masonry and bricklaying work"
},
{
"scheme": "CPV",
"id": "45262522",
"description": "Masonry work"
},
{
"scheme": "CPV",
"id": "45262510",
"description": "Stonework"
},
{
"scheme": "CPV",
"id": "45262512",
"description": "Dressed stonework"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "5"
},
{
"id": "6",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44221100",
"description": "Windows"
},
{
"scheme": "CPV",
"id": "45421100",
"description": "Installation of doors and windows and related components"
},
{
"scheme": "CPV",
"id": "45421130",
"description": "Installation of doors and windows"
},
{
"scheme": "CPV",
"id": "44221000",
"description": "Windows, doors and related items"
},
{
"scheme": "CPV",
"id": "45420000",
"description": "Joinery and carpentry installation work"
},
{
"scheme": "CPV",
"id": "45421000",
"description": "Joinery work"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"relatedLot": "6"
},
{
"id": "7",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44221100",
"description": "Windows"
},
{
"scheme": "CPV",
"id": "45421100",
"description": "Installation of doors and windows and related components"
},
{
"scheme": "CPV",
"id": "45421130",
"description": "Installation of doors and windows"
},
{
"scheme": "CPV",
"id": "44221000",
"description": "Windows, doors and related items"
},
{
"scheme": "CPV",
"id": "45420000",
"description": "Joinery and carpentry installation work"
},
{
"scheme": "CPV",
"id": "45421000",
"description": "Joinery work"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"relatedLot": "7"
},
{
"id": "8",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45262300",
"description": "Concrete work"
},
{
"scheme": "CPV",
"id": "45220000",
"description": "Engineering works and construction works"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"relatedLot": "8"
},
{
"id": "9",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45420000",
"description": "Joinery and carpentry installation work"
},
{
"scheme": "CPV",
"id": "45311000",
"description": "Electrical wiring and fitting work"
},
{
"scheme": "CPV",
"id": "45311100",
"description": "Electrical wiring work"
},
{
"scheme": "CPV",
"id": "45442100",
"description": "Painting work"
},
{
"scheme": "CPV",
"id": "45443000",
"description": "Facade work"
},
{
"scheme": "CPV",
"id": "45410000",
"description": "Plastering work"
},
{
"scheme": "CPV",
"id": "45332200",
"description": "Water plumbing work"
},
{
"scheme": "CPV",
"id": "45260000",
"description": "Roof works and other special trade construction works"
},
{
"scheme": "CPV",
"id": "45262000",
"description": "Special trade construction works other than roof works"
},
{
"scheme": "CPV",
"id": "45262500",
"description": "Masonry and bricklaying work"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"relatedLot": "9"
},
{
"id": "11",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45420000",
"description": "Joinery and carpentry installation work"
},
{
"scheme": "CPV",
"id": "45311000",
"description": "Electrical wiring and fitting work"
},
{
"scheme": "CPV",
"id": "45311100",
"description": "Electrical wiring work"
},
{
"scheme": "CPV",
"id": "45442100",
"description": "Painting work"
},
{
"scheme": "CPV",
"id": "45443000",
"description": "Facade work"
},
{
"scheme": "CPV",
"id": "45410000",
"description": "Plastering work"
},
{
"scheme": "CPV",
"id": "45332200",
"description": "Water plumbing work"
},
{
"scheme": "CPV",
"id": "45260000",
"description": "Roof works and other special trade construction works"
},
{
"scheme": "CPV",
"id": "45262000",
"description": "Special trade construction works other than roof works"
},
{
"scheme": "CPV",
"id": "45262500",
"description": "Masonry and bricklaying work"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"relatedLot": "11"
},
{
"id": "12",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45420000",
"description": "Joinery and carpentry installation work"
},
{
"scheme": "CPV",
"id": "45311000",
"description": "Electrical wiring and fitting work"
},
{
"scheme": "CPV",
"id": "45311100",
"description": "Electrical wiring work"
},
{
"scheme": "CPV",
"id": "45442100",
"description": "Painting work"
},
{
"scheme": "CPV",
"id": "45443000",
"description": "Facade work"
},
{
"scheme": "CPV",
"id": "45410000",
"description": "Plastering work"
},
{
"scheme": "CPV",
"id": "45332200",
"description": "Water plumbing work"
},
{
"scheme": "CPV",
"id": "45260000",
"description": "Roof works and other special trade construction works"
},
{
"scheme": "CPV",
"id": "45262000",
"description": "Special trade construction works other than roof works"
},
{
"scheme": "CPV",
"id": "45262500",
"description": "Masonry and bricklaying work"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"relatedLot": "12"
},
{
"id": "10",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45420000",
"description": "Joinery and carpentry installation work"
},
{
"scheme": "CPV",
"id": "45311000",
"description": "Electrical wiring and fitting work"
},
{
"scheme": "CPV",
"id": "45311100",
"description": "Electrical wiring work"
},
{
"scheme": "CPV",
"id": "45442100",
"description": "Painting work"
},
{
"scheme": "CPV",
"id": "45443000",
"description": "Facade work"
},
{
"scheme": "CPV",
"id": "45410000",
"description": "Plastering work"
},
{
"scheme": "CPV",
"id": "45332200",
"description": "Water plumbing work"
},
{
"scheme": "CPV",
"id": "45260000",
"description": "Roof works and other special trade construction works"
},
{
"scheme": "CPV",
"id": "45262000",
"description": "Special trade construction works other than roof works"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"relatedLot": "10"
}
],
"communication": {
"futureNoticeDate": "2025-02-20T00:00:00Z",
"atypicalToolUrl": "https://www.publiccontractsscotland.gov.uk/"
},
"coveredBy": [
"GPA"
],
"lotDetails": {
"maximumLotsBidPerSupplier": 10,
"maximumLotsAwardedPerSupplier": 10,
"awardCriteriaDetails": "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."
},
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk/",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Please refer to schedule 4",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "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.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "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": "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.",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "This Framework Agreement shall include a Community Benefit Clause",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 100
}
},
"secondStage": {
"successiveReduction": true,
"noNegotiationNecessary": true,
"invitationDate": "2025-11-03T00:00:00Z"
},
"tenderPeriod": {
"endDate": "2025-09-01T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"hasRecurrence": true,
"reviewDetails": "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.",
"recurrence": {
"description": "2030"
},
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2025-09-01T12:00:00+01:00"
},
"newValue": {
"date": "2025-09-08T12:00:00+01:00"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2025-11-03"
},
"newValue": {
"date": "2025-11-10"
},
"where": {
"section": "IV.2.3",
"label": "Estimated date of dispatch of invitations"
}
}
],
"description": "Request form bidders applying for multiple lots"
},
{
"id": "2",
"unstructuredChanges": [
{
"oldValue": {
"date": "2025-09-08T12:00:00+01:00"
},
"newValue": {
"date": "2025-09-22T12:00:00+01:00"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2025-11-10"
},
"newValue": {
"date": "2025-11-24"
},
"where": {
"section": "IV.2.3",
"label": "Estimated date of dispatch of invitations"
}
}
],
"description": "Request of participants and the need for review of documents"
},
{
"id": "3",
"unstructuredChanges": [
{
"oldValue": {
"date": "2025-09-22T12:00:00+01:00"
},
"newValue": {
"date": "2025-09-29T12:00:00+01:00"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
}
],
"description": "Updated documents"
},
{
"id": "4",
"unstructuredChanges": [
{
"oldValue": {
"date": "2025-09-29T12:00:00+01:00"
},
"newValue": {
"date": "2025-10-02T12:00:00+01:00"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
}
],
"description": "Updated schedule 4"
},
{
"id": "5",
"unstructuredChanges": [
{
"oldValue": {
"date": "2025-10-02T12:00:00+01:00"
},
"newValue": {
"date": "2025-10-06T12:00:00+01:00"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
}
],
"description": "Requested"
}
]
},
"parties": [
{
"id": "GB-FTS-346",
"name": "The City of Edinburgh Council",
"identifier": {
"legalName": "The City of Edinburgh Council"
},
"address": {
"streetAddress": "Waverley Court, 4 East Market Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH8 8BG",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Lorna Lennen",
"email": "lorna.lennen@edinburgh.gov.uk",
"url": "https://www.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.edinburgh.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-5024",
"name": "Sheriff Court",
"identifier": {
"legalName": "Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, 27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody",
"mediationBody"
]
}
],
"buyer": {
"id": "GB-FTS-346",
"name": "The City of Edinburgh Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000803957"
}
],
"language": "en"
}