Notice Information
Notice Title
Public and Civic Clocks
Notice 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.
Lot Information
Lot 1
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
Renewal: The Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-054643
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/081537-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
50 - Repair and maintenance services
-
- CPV Codes
39254100 - Clocks
50432000 - Repair and maintenance services of clocks
Notice Value(s)
- Tender Value
- £1,200,000 £1M-£10M
- Lots Value
- £1,200,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £1,200,000 £1M-£10M
Notice Dates
- Publication Date
- 10 Dec 20252 months ago
- Submission Deadline
- 10 Jul 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 5 Dec 20252 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 48 months
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE CITY OF EDINBURGH COUNCIL
- Additional Buyers
- Contact Name
- Victoria Shanley
- Contact Email
- cpu@falkirk.gov.uk, enquiry.procurement@fife.gov.uk, procurement@angus.gov.uk, procurement@eastdunbarton.gov.uk, procurement@north-ayrshire.gov.uk, procurement@scotborders.gov.uk, victoria.shanley@edinburgh.gov.uk
- Contact Phone
- +44 1294310000, +44 1314693922, +44 1324506070, +44 1415745750, +44 1835824000, +44 3451550000, +44 3452777778
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH8 8BG
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM31 East Dunbartonshire and West Dunbartonshire
- Delivery Location
- TLM71 Angus and Dundee City, TLM75 City of Edinburgh, TLM76 Falkirk, TLM81 East Dunbartonshire, West Dunbartonshire, and Helensburgh and Lomond, TLM91 Scottish Borders
-
- Local Authority
- East Dunbartonshire
- Electoral Ward
- Lenzie and Kirkintilloch South
- Westminster Constituency
- Mid Dunbartonshire
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-054643-2025-12-10T14:15:10Z",
"date": "2025-12-10T14:15:10Z",
"ocid": "ocds-h6vhtk-054643",
"description": "(SC Ref:818017)",
"initiationType": "tender",
"tender": {
"id": "CT1385",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Public and Civic Clocks",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "50432000",
"description": "Repair and maintenance services of clocks"
},
"mainProcurementCategory": "services",
"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.",
"value": {
"amount": 1200000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"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. 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",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
},
{
"name": "Technical",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
},
"value": {
"amount": 1200000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "The Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50432000",
"description": "Repair and maintenance services of clocks"
},
{
"scheme": "CPV",
"id": "39254100",
"description": "Clocks"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM71"
},
{
"region": "UKM76"
},
{
"region": "UKM91"
},
{
"region": "UKM81"
},
{
"region": "UKM75"
},
{
"region": "UKM71"
},
{
"region": "UKM76"
},
{
"region": "UKM91"
},
{
"region": "UKM81"
}
],
"deliveryLocation": {
"description": "The City of Edinburgh"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk/",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "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": "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.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "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": "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",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 4
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2025-07-10T15:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2025-11-12T23:59:59Z"
}
},
"awardPeriod": {
"startDate": "2025-07-10T15:00:00+01:00"
},
"bidOpening": {
"date": "2025-07-10T15:00:00+01:00"
},
"hasRecurrence": true,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"recurrence": {
"description": "48 months"
}
},
"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": "Victoria Shanley",
"telephone": "+44 1314693922",
"email": "Victoria.Shanley@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": [
{
"id": "REGIONAL_AUTHORITY",
"scheme": "TED_CA_TYPE",
"description": "Regional or local authority"
},
{
"id": "01",
"scheme": "COFOG",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-1083",
"name": "North Ayrshire Council",
"identifier": {
"legalName": "North Ayrshire Council"
},
"address": {
"streetAddress": "Cunninghame House, Friars Croft",
"locality": "Irvine",
"region": "UKM93",
"postalCode": "KA12 8EE",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1294310000",
"email": "procurement@North-Ayrshire.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.north-ayrshire.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337"
}
},
{
"id": "GB-FTS-2479",
"name": "Angus Council",
"identifier": {
"legalName": "Angus Council"
},
"address": {
"streetAddress": "Angus House, Orchardbank Business Park",
"locality": "Forfar",
"region": "UKM71",
"postalCode": "DD8 1AN",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3452777778",
"email": "procurement@angus.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.angus.gov.uk/",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00236"
}
},
{
"id": "GB-FTS-116376",
"name": "Falkirk Council",
"identifier": {
"legalName": "Falkirk Council"
},
"address": {
"streetAddress": "The Foundry, 4 Central Boulevard, Central Park",
"locality": "Larbert",
"region": "UKM76",
"postalCode": "FK5 4RU",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1324506070",
"email": "cpu@falkirk.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.falkirk.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184"
}
},
{
"id": "GB-FTS-3123",
"name": "Scottish Borders Council",
"identifier": {
"legalName": "Scottish Borders Council"
},
"address": {
"streetAddress": "Council Headquarters",
"locality": "Newtown St Boswells",
"region": "UKM91",
"postalCode": "TD6 0SA",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1835824000",
"email": "procurement@scotborders.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.scotborders.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00394"
}
},
{
"id": "GB-FTS-2273",
"name": "Fife Council",
"identifier": {
"legalName": "Fife Council"
},
"address": {
"streetAddress": "Fife House, North Street",
"locality": "Glenrothes",
"region": "UKM72",
"postalCode": "KY7 5LT",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3451550000",
"email": "enquiry.procurement@fife.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.fife.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187"
}
},
{
"id": "GB-FTS-98",
"name": "East Dunbartonshire Council",
"identifier": {
"legalName": "East Dunbartonshire Council"
},
"address": {
"streetAddress": "Civic & Corporate Headquarters, Southbank Marina,12 Strathkelvin Place",
"locality": "Kirkintilloch",
"region": "UKM81",
"postalCode": "G66 1TJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1415745750",
"email": "procurement@eastdunbarton.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.eastdunbarton.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00225"
}
},
{
"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"
]
},
{
"id": "GB-FTS-54597",
"name": "James Ritchie & Son (Clockmakers) Ltd",
"identifier": {
"legalName": "James Ritchie & Son (Clockmakers) Ltd"
},
"address": {
"streetAddress": "5/8 Youngs Road, East Mains Industrial Estate",
"locality": "Broxburn",
"region": "UK",
"postalCode": "EH52 5LY",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-168764",
"name": "The Cumbria Clock Company Ltd",
"identifier": {
"legalName": "The Cumbria Clock Company Ltd"
},
"address": {
"streetAddress": "Castle workshops, Dacre",
"locality": "Penrith",
"region": "UK",
"postalCode": "Ca11 0HL",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-346",
"name": "The City of Edinburgh Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000800518"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000800518"
}
],
"language": "en",
"awards": [
{
"id": "081537-2025-CT1385-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-54597",
"name": "James Ritchie & Son (Clockmakers) Ltd"
},
{
"id": "GB-FTS-168764",
"name": "The Cumbria Clock Company Ltd"
}
]
}
],
"contracts": [
{
"id": "081537-2025-CT1385-1",
"awardID": "081537-2025-CT1385-1",
"status": "active",
"value": {
"amount": 1200000,
"currency": "GBP"
},
"dateSigned": "2025-12-05T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 2
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 2
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
}
]
}
}