Opportunity

NHS Lothian Measured Term Minor Building Works and Maintenance Services with a Value of Under 50,000GBP Framework

  • NHS Lothian Health Board

F02: Contract notice

Notice reference: 2024/S 000-010796

Published 3 April 2024, 3:11pm



Section one: Contracting authority

one.1) Name and addresses

NHS Lothian Health Board

Finance Department - Waverley Gate

Edinburgh

EH1 3EG

Contact

John Pittman

Email

john.pittman1@nhs.scot

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.nhslothian.scot.nhs.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00326

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

NHS Lothian Measured Term Minor Building Works and Maintenance Services with a Value of Under 50,000GBP Framework

Reference number

LR3-105-2024

two.1.2) Main CPV code

  • 45210000 - Building construction work

two.1.3) Type of contract

Works

two.1.4) Short description

1.1 NHS Lothian Health Board, a statutory body constituted pursuant to the National Health Service (Scotland) Act 1978 (“the Board”), wishes to put in place a framework agreement for minor building works and maintenance services, covering measured term contract work for smaller single trade projects with a value less than 50,000GBP (excluding VAT) (“the Services”). The resulting contract will be a ranked Framework Contract covering an initial two-year period with an option to extend for a further three years to maximum of five years. A Specification detailing the mandatory requirements of the Board is provided in Appendix 1_Minor Works Specification.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1: Mechanical, Electrical and Plumbing

Lot No

1

two.2.2) Additional CPV code(s)

  • 45332200 - Water plumbing work
  • 45311000 - Electrical wiring and fitting work
  • 45311100 - Electrical wiring work
  • 45311200 - Electrical fitting work
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50712000 - Repair and maintenance services of mechanical building installations

two.2.3) Place of performance

NUTS codes
  • UKM73 - East Lothian and Midlothian
  • UKM75 - Edinburgh, City of
  • UKM78 - West Lothian

two.2.4) Description of the procurement

Electrical Services

Electrical engineers (either in-house or sub-contractors) employed by the Supplier, engaged in electrical installation work shall be an approved individual/trades person or Electrical Contractor on the Roll of Approved Electrical Installation Contractors as issued by the National Inspection Council for Electrical Installation Contracting (NICEIC) and as amended and/or SELECT

Works required under the scope of this framework will include all aspects of electrical services with the following typical examples being the more frequent requests.

1. Installation of lighting and power circuits

2. Fault finding/ repair of lighting and power circuits.

3. Fault finding/ repair of equipment (e.g. VAC, Boilers, Motors)

4. General electrical installation

5. Generator modifications

6. LV Distribution and circuits

7. Lighting – new and modifications

8. LV Plant replacement or upgrades

9. UPS System upgrades, changes, installation

10. IPS System upgrades, changes, installation

11. Minor works changes, refurbishment, and alterations

Plumbing Water Services

All Contractors must be registered with WRAS, JIB and Legionella Association.

Works required under the scope of this framework will include all aspects of plumbing with the following typical examples being the more frequent requests.

1. CWST replacement / modifications

2. Pipe installations / Repair MWS – Mains Water Supply ½”TO 12” and H&C services.

3. Install and testing of all healthcare water systems.

4. Plumbing fit outs / alteration/Maintenance.

5. SHTM 04:01[Legionella Parts A to E] experience / familiarisation.

6. TMV Maintenance and installations.

7. H&C Water Pumps and Booster pumps install and maintenance.

8. Drainage install / replacement and repair.

9. Disinfections of systems

Mechanical Services

All Contractors must be registered with Gas Safe.

Works required under the scope of this framework will include all aspects of mechanical services with the following typical examples being the more frequent requests:

1. Replacement and repair of pipe work and pressure systems

2. Installation of domestic heating and DHW systems including boilers and calorifiers.

3. Repair and Maintenance of domestic heating and DHW systems

4. Repair and maintenance of ventilation systems – general and critical

5. Repair and maintenance of all high-pressure steam systems

two.2.5) Award criteria

Quality criterion - Name: Experience/ Knowledge of working in a live site within a Healthcare or similar environment. / Weighting: 12

Quality criterion - Name: Contingency Planning / Weighting: 12

Quality criterion - Name: Capacity and Responsiveness / Weighting: 6

Quality criterion - Name: Healthcare Associated Infection Mitigation / Weighting: 6

Quality criterion - Name: Community Benefits / Weighting: 6

Quality criterion - Name: Sustainability / Weighting: 6

Quality criterion - Name: Key Performance Indicators and Contract Management / Weighting: 9

Quality criterion - Name: Fair Work First / Weighting: 3

Cost criterion - Name: Discount/ Mark-up as a percentage of National Schedule of Rates (NSR). / Weighting: 12

Cost criterion - Name: Discount/ Mark-up as a percentage for Materials based on the price paid by contractor. / Weighting: 12

Cost criterion - Name: Hourly Rates / Weighting: 16

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The framework duration will be two (2) years with an option to review and extend the framework for three further 12-month periods thereafter (2+1+1+1 years).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 2: Building and Joinery

Lot No

2

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 44112000 - Miscellaneous building structures
  • 45262690 - Refurbishment of run-down buildings
  • 45262700 - Building alteration work
  • 45262800 - Building extension work
  • 45300000 - Building installation work
  • 45400000 - Building completion work
  • 50700000 - Repair and maintenance services of building installations
  • 44220000 - Builders' joinery
  • 45420000 - Joinery and carpentry installation work
  • 45421000 - Joinery work
  • 45421150 - Non-metal joinery installation work
  • 45421140 - Installation of metal joinery except doors and windows

two.2.3) Place of performance

NUTS codes
  • UKM73 - East Lothian and Midlothian
  • UKM75 - Edinburgh, City of
  • UKM78 - West Lothian

two.2.4) Description of the procurement

Joinery

All Contractors must be accredited by Guild of Master Builders, or CITB or equivalent where applicable. To deliver a compliant fire safe solution, the contractor must be a certified fire door installation service accredited to BM Trada’s Q-Mark or equivalent to meet legislative requirements.

Works required under the scope of this framework will include all aspects of joinery services, with the following typical examples being the more frequent requests:

1. Installation and/ or maintenance of suspended ceilings

2. Fire Prevention Work- Supply /fitting of Fire Doors

3. Installation and repairs of fire compartments

4. Bespoke Fabrication/ fittings

5. Fitting of Partitions

6. Supply and/or fitting of bench workstations.

7. All variations of joinery work within healthcare environment.

Building Services

All Contractors must be registered with Guild of Master Builders, or CITB or equivalent where applicable.

Works required under the scope of this framework will include all aspects of building services, with the following typical examples being the more frequent requests:

1. Down takings

2. Forming door slapping / door lintels

3. Stone pointing

4. Rebuilding manholes

5. Replacing burst mains pipes

6. Replacing damaged soiled pipes

7. Plastering

8. Rough casting

9. Core hole drilling and diamond cutting

10. Repairs and maintenance to plaster lathe walls and ceilings.

11. Mastic sealant pointing – windows / doors.

12. Building and repair of stone / brick / cladded walls

13. Site clearance

14. Excavation

15. Laying foundations

16. Structural repairs

two.2.5) Award criteria

Quality criterion - Name: Experience/ Knowledge of working in a live site within a Healthcare or similar environment / Weighting: 12

Quality criterion - Name: Contingency Planning / Weighting: 12

Quality criterion - Name: Capacity and Responsiveness / Weighting: 6

Quality criterion - Name: Healthcare Associated Infection Mitigation / Weighting: 6

Quality criterion - Name: Community Benefits / Weighting: 6

Quality criterion - Name: Sustainability / Weighting: 6

Quality criterion - Name: Key Performance Indicators and Contract Management / Weighting: 9

Quality criterion - Name: Fair Work First / Weighting: 3

Cost criterion - Name: Discount/ Mark-up as a percentage of National Schedule of Rates (NSR) / Weighting: 12

Cost criterion - Name: Discount/ Mark-up as a percentage for Materials based on the price paid by contractor / Weighting: 12

Cost criterion - Name: Hourly Rates / Weighting: 16

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The framework duration will be two (2) years with an option to review and extend the framework for three further 12-month periods thereafter (2+1+1+1 years).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 3: Roofing

Lot No

3

two.2.2) Additional CPV code(s)

  • 44112500 - Roofing materials
  • 44112400 - Roof
  • 45261100 - Roof-framing work
  • 45260000 - Roof works and other special trade construction works

two.2.3) Place of performance

NUTS codes
  • UKM73 - East Lothian and Midlothian
  • UKM75 - Edinburgh, City of
  • UKM78 - West Lothian

two.2.4) Description of the procurement

Roofing

All Contractors must be registered with Guild of Master Builders, or CITB or equivalent where applicable.

Works required under the scope of this framework will include all aspects of roofing services, with the following typical examples being the more frequent requests:

1. Roof surveys – (indicative of 20% of buildings to be surveyed per annum).

2. Replacement skews on roofs.

3. Repair and rebuild chimneys – stone / brick.

4. Lead works.

5. Repairs and replacement to all roof types – slate, flat, copper,

6. Replacement of slates.

7. Roof felt repairs and replacement.

8. Mastic sealant pointing around windows at roof level.

9. TV Ariels removal and reinstatement.

10. Thermoplastic roof repairs and replacement.

11. Scaffolding services.

12. Cherry pickers.

13. Velex window repairs.

14. Single ply roofs.

15. Stone masonry.

16. Lead / Zinc repairs.

17. Guttering and downpipes.

two.2.5) Award criteria

Quality criterion - Name: Experience/ Knowledge of working in a live site within a Healthcare or similar environment / Weighting: 12

Quality criterion - Name: Contingency Planning / Weighting: 12

Quality criterion - Name: Capacity and Responsiveness / Weighting: 6

Quality criterion - Name: Healthcare Associated Infection Mitigation / Weighting: 6

Quality criterion - Name: Community Benefits / Weighting: 6

Quality criterion - Name: Sustainability / Weighting: 6

Quality criterion - Name: Key Performance Indicators and Contract Management / Weighting: 9

Quality criterion - Name: Fair Work First / Weighting: 3

Cost criterion - Name: Discount/ Mark-up as a percentage of National Schedule of Rates (NSR) / Weighting: 12

Cost criterion - Name: Discount/ Mark-up as a percentage for Materials based on the price paid by contractor / Weighting: 12

Cost criterion - Name: Hourly Rates / Weighting: 16

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The framework duration will be two (2) years with an option to review and extend the framework for three further 12-month periods thereafter (2+1+1+1 years).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 4: Glazing Services

Lot No

4

two.2.2) Additional CPV code(s)

  • 45441000 - Glazing work

two.2.3) Place of performance

NUTS codes
  • UKM73 - East Lothian and Midlothian
  • UKM75 - Edinburgh, City of
  • UKM78 - West Lothian

two.2.4) Description of the procurement

Glazing Services

Works required under the scope of this framework will include all aspects of glazing with the following typical examples being the more frequent requests:

1. Glazing repairs

2. Glass doors

3. Parts replacements – e.g. locks and hinges

4. Fitting of new wooden framed windows and doors

5. Replacement of broken and damaged panes

6. Structural repairs

7. Fitting of new Window and Doors – PVC / steel / aluminum / Wooden

two.2.5) Award criteria

Quality criterion - Name: Experience/ Knowledge of working in a live site within a Healthcare or similar environment / Weighting: 12

Quality criterion - Name: Contingency Planning / Weighting: 12

Quality criterion - Name: Capacity and Responsiveness / Weighting: 6

Quality criterion - Name: Healthcare Associated Infection Mitigation / Weighting: 6

Quality criterion - Name: Community Benefits / Weighting: 6

Quality criterion - Name: Sustainability / Weighting: 6

Quality criterion - Name: Key Performance Indicators and Contract Management / Weighting: 9

Quality criterion - Name: Fair Work First / Weighting: 3

Cost criterion - Name: Discount/ Mark-up as a percentage of National Schedule of Rates (NSR) / Weighting: 12

Cost criterion - Name: Discount/ Mark-up as a percentage for Materials based on the price paid by contractor / Weighting: 12

Cost criterion - Name: Hourly Rates / Weighting: 16

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The framework duration will be two (2) years with an option to review and extend the framework for three further 12-month periods thereafter (2+1+1+1 years).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 5: Metal Work and Blacksmithing Services

Lot No

5

two.2.2) Additional CPV code(s)

  • 45262670 - Metalworking
  • 71550000 - Blacksmith services

two.2.3) Place of performance

NUTS codes
  • UKM73 - East Lothian and Midlothian
  • UKM75 - Edinburgh, City of
  • UKM78 - West Lothian

two.2.4) Description of the procurement

Metal Work and Blacksmithing Services

Works required under the scope of this framework will include all aspects of metal work and blacksmithing with the following typical examples being the more frequent requests:

1. Welding and soldering repairs to Hospital Equipment e.g., Wheelchairs

2. Repair, replacement and installation of car park crash barriers, height restrictors and car park gates.

3. Repair, replacement, and installation of Handrails.

4. Repair, replacement, and installation of bollards

5. Repair, replacement and installation of Kick plates, Wall Buffers, Bump Bars Corner Protectors and Armco beams.

6. Repair, replacement and installation of metal railings and barriers

7. Staircases & Fire Escapes

8. Repair, replacement, and installation of metal fencing including Chain link, Heras, Steel, Palisade, Stock, and Mesh.

9. Protective Metal Corner and Wall Sheets

10. Repair, replacement, and installation of Handrails.

11. Custom fixtures and fittings

12. Install Standard and Custom Street Furniture

two.2.5) Award criteria

Quality criterion - Name: Experience/ Knowledge of working in a live site within a Healthcare or similar environment / Weighting: 12

Quality criterion - Name: Contingency Planning / Weighting: 12

Quality criterion - Name: Capacity and Responsiveness / Weighting: 6

Quality criterion - Name: Healthcare Associated Infection Mitigation / Weighting: 6

Quality criterion - Name: Community Benefits / Weighting: 6

Quality criterion - Name: Sustainability / Weighting: 6

Quality criterion - Name: Key Performance Indicators and Contract Management / Weighting: 9

Quality criterion - Name: Fair Work First / Weighting: 3

Cost criterion - Name: Discount/ Mark-up as a percentage of National Schedule of Rates (NSR). / Weighting: 12

Cost criterion - Name: Discount/ Mark-up as a percentage for Materials based on the price paid by contractor / Weighting: 12

Cost criterion - Name: Hourly Rates / Weighting: 16

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The framework duration will be two (2) years with an option to review and extend the framework for three further 12-month periods thereafter (2+1+1+1 years).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 6: Painting and Decorating

Lot No

6

two.2.2) Additional CPV code(s)

  • 45442110 - Painting work of buildings
  • 45442100 - Painting work
  • 45442120 - Painting and protective-coating work of structures
  • 45442121 - Painting work of structures
  • 45442180 - Repainting work
  • 45442190 - Paint-stripping work
  • 79931000 - Interior decorating services

two.2.3) Place of performance

NUTS codes
  • UKM73 - East Lothian and Midlothian
  • UKM75 - Edinburgh, City of
  • UKM78 - West Lothian

two.2.4) Description of the procurement

Painting and Decorating

Works required under the scope of this framework will include all aspects of painting and decorating with the following typical examples being the more frequent requests:

1. Commercial / industrial painting

2. All trades maintenance

3. Interior and exterior painting

4. Airless / conventional spray painting

5. Graffiti removal / coating systems

6. High pressure water cleaning

7. Interior and exterior decorating

8. Prepare surfaces for painting/plastering/varnishing.

9. Application of plaster & varnish

10. AMES taping

11. Flame retardant coatings.

12. Wallpaper stripping

13. Application of Sterilisation Wash

14. Wallpaper hanging

15. Protective coating

16. Decorative finishes

two.2.5) Award criteria

Quality criterion - Name: Experience/ Knowledge of working in a live site within a Healthcare or similar environment / Weighting: 12

Quality criterion - Name: Contingency Planning / Weighting: 12

Quality criterion - Name: Capacity and Responsiveness / Weighting: 6

Quality criterion - Name: Healthcare Associated Infection Mitigation / Weighting: 6

Quality criterion - Name: Community Benefits / Weighting: 6

Quality criterion - Name: Sustainability / Weighting: 6

Quality criterion - Name: Key Performance Indicators and Contract Management / Weighting: 9

Quality criterion - Name: Fair Work First / Weighting: 3

Cost criterion - Name: Discount/ Mark-up as a percentage of National Schedule of Rates (NSR) / Weighting: 12

Cost criterion - Name: Discount/ Mark-up as a percentage for Materials based on the price paid by contractor / Weighting: 12

Cost criterion - Name: Hourly Rates / Weighting: 16

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The framework duration will be two (2) years with an option to review and extend the framework for three further 12-month periods thereafter (2+1+1+1 years).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 7: Flooring

Lot No

7

two.2.2) Additional CPV code(s)

  • 45430000 - Floor and wall covering work
  • 45431100 - Floor-tiling work
  • 45432000 - Floor-laying and covering, wall-covering and wall-papering work
  • 45432100 - Floor laying and covering work
  • 45432110 - Floor-laying work
  • 45432111 - Laying work of flexible floor coverings
  • 45432114 - Wood flooring work
  • 45432120 - False floor installation work
  • 45432130 - Floor-covering work

two.2.3) Place of performance

NUTS codes
  • UKM73 - East Lothian and Midlothian
  • UKM75 - Edinburgh, City of
  • UKM78 - West Lothian

two.2.4) Description of the procurement

Flooring

All Contractors must be registered with Guild of Master Builders, or CITB or equivalent where applicable.

Works required under the scope of this framework will include all aspects of flooring with the following typical examples being the more frequent requests:

1.Lifting and removal of floor coverings

2.Laying vinyl, lino, carpet, carpet tiles

3.Preparing of floor which may include application of damp proofing system.

4.Repairs to existing flooring / patching

two.2.5) Award criteria

Quality criterion - Name: Experience/ Knowledge of working in a live site within a Healthcare or similar environment / Weighting: 12

Quality criterion - Name: Contingency Planning / Weighting: 12

Quality criterion - Name: Capacity and Responsiveness / Weighting: 6

Quality criterion - Name: Healthcare Associated Infection Mitigation / Weighting: 6

Quality criterion - Name: Community Benefits / Weighting: 6

Quality criterion - Name: Sustainability / Weighting: 6

Quality criterion - Name: Key Performance Indicators and Contract Management / Weighting: 9

Quality criterion - Name: Fair Work First / Weighting: 3

Cost criterion - Name: Discount/ Mark-up as a percentage of National Schedule of Rates (NSR) / Weighting: 12

Cost criterion - Name: Discount/ Mark-up as a percentage for Materials based on the price paid by contractor / Weighting: 12

Cost criterion - Name: Hourly Rates / Weighting: 16

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The framework duration will be two (2) years with an option to review and extend the framework for three further 12-month periods thereafter (2+1+1+1 years).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please see documents at https://www.publictendersscotland.publiccontractsscotland.gov.uk/

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please see documents at https://www.publictendersscotland.publiccontractsscotland.gov.uk/


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

3 May 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

3 May 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Please see documents at https://www.publictendersscotland.publiccontractsscotland.gov.uk/

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26481. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Please see tender documents at https://www.publictendersscotland.publiccontractsscotland.gov.uk/

(SC Ref:762784)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

Sheriff Court House

Edinburgh

EH1 3LB

Country

United Kingdom