Section one: Contracting authority
one.1) Name and addresses
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
Contact
Victoria Shanley
Victoria.Shanley@edinburgh.gov.uk
Telephone
+44 1314693922
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.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.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Natural Stone Products for Roads and Footways Framework Agreement
Reference number
CT1624
two.1.2) Main CPV code
- 44910000 - Stone for construction
two.1.3) Type of contract
Supplies
two.1.4) Short description
The City of Edinburgh Council (the Council) intends to establish a four-Lot Framework Agreement for the provision of Natural Stone products and appoint a maximum of three Suppliers to service each Lot of the Framework Agreement as follows (Lot 4 also allows for the recycling of recovered material):
Lot 1: Caithness Stone Paviors
Lot 2: Hard Sandstone (Yorkstone Scoutmoor) Paviors and Setts
Lot 3: Granite Setts, Kerbs, Channels and Tactile Paving
Lot 4: Whinstone Recycling and Supply of New Whinstone Setts, Kerbs, Channels
This Framework Agreement will be for a period of two years, with the option to extend for a further two years (2 + 1 + 1).
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
Caithness Stone Paviors
Lot No
1
two.2.2) Additional CPV code(s)
- 44900000 - Stone for construction, limestone, gypsum and slate
- 44113000 - Road-construction materials
- 44113120 - Paving slabs
- 44113130 - Paving stones
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
The City of Edinburgh
two.2.4) Description of the procurement
The Framework Agreement is for provision of the supply and delivery of Natural Stone products to various sites throughout Edinburgh and its surrounding areas and recycling of Whinstone material as directed by the Council.
The City of Edinburgh holds World Heritage status for its Old and New Towns and has numerous conservation areas, therefore, any stone products procured must match with the existing materials to ensure this status is maintained, further information is available within the Edinburgh Street Design Guidance Document.
The quality of Caithness (lot 1) supplied must meet the strict requirements within this tender and the Specification.
All stone supplied through this Framework Agreement must match with any existing stone already on-street, account must be taken of how newly supplied stone will look after weathering and general wear and tear.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 20
Price - Weighting: 80
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 Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.
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
Hard Sandstone (Yorkstone Scoutmoor) Paviors and Setts
Lot No
2
two.2.2) Additional CPV code(s)
- 44900000 - Stone for construction, limestone, gypsum and slate
- 44113000 - Road-construction materials
- 44113120 - Paving slabs
- 44113130 - Paving stones
- 44912200 - Sandstone
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
The City of Edinburgh
two.2.4) Description of the procurement
The Framework Agreement is for provision of the supply and delivery of Natural Stone products to various sites throughout Edinburgh and its surrounding areas and recycling of Whinstone material as directed by the Council.
The City of Edinburgh holds World Heritage status for its Old and New Towns and has numerous conservation areas, therefore, any stone products procured must match with the existing materials to ensure this status is maintained, further information is available within the Edinburgh Street Design Guidance Document.
Hard Sandstone (Yorkstone Scoutmoor) (Lot 2) although unspecified within the Edinburgh Design Guidance document is the preferred finish for many of the streets within Edinburgh’s New Town, the Sandstone currently used has historically been Scoutmoor Hard Yorkstone and any Sandstone provided under this Contract must meet the Specification.
All stone supplied through this Framework Agreement must match with any existing stone already on-street, account must be taken of how newly supplied stone will look after weathering and general wear and tear.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 20
Price - Weighting: 80
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 Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.
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
Granite Setts, Kerbs, Channels and Tactile Paving
Lot No
3
two.2.2) Additional CPV code(s)
- 44900000 - Stone for construction, limestone, gypsum and slate
- 44113000 - Road-construction materials
- 44113120 - Paving slabs
- 44113130 - Paving stones
- 44912100 - Granite
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
The City of Edinburgh
two.2.4) Description of the procurement
The Framework Agreement is for provision of the supply and delivery of Natural Stone products to various sites throughout Edinburgh and its surrounding areas and recycling of Whinstone material as directed by the Council.
The City of Edinburgh holds World Heritage status for its Old and New Towns and has numerous conservation areas, therefore, any stone products procured must match with the existing materials to ensure this status is maintained, further information is available within the Edinburgh Street Design Guidance Document.
The quality of Granite (Lot 3) supplied must meet the strict requirements within this tender and the Specifications.
All stone supplied through this Framework Agreement must match with any existing stone already on-street, account must be taken of how newly supplied stone will look after weathering and general wear and tear.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 20
Price - Weighting: 80
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 Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.
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
Whinstone Recycling and Supply of New Whinstone Setts, Kerbs, Channels
Lot No
4
two.2.2) Additional CPV code(s)
- 44900000 - Stone for construction, limestone, gypsum and slate
- 44113000 - Road-construction materials
- 44113120 - Paving slabs
- 44113130 - Paving stones
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
The City of Edinburgh
two.2.4) Description of the procurement
The Framework Agreement is for provision of the supply and delivery of Natural Stone products to various sites throughout Edinburgh and its surrounding areas and recycling of Whinstone material as directed by the Council.
The City of Edinburgh holds World Heritage status for its Old and New Towns and has numerous conservation areas, therefore, any stone products procured must match with the existing materials to ensure this status is maintained, further information is available within the Edinburgh Street Design Guidance Document.
The quality of Whinstone (Lot 4) supplied must meet the strict requirements within this tender and the Specifications.
All stone supplied through this Framework Agreement must match with any existing stone already on-street, account must be taken of how newly supplied stone will look after weathering and general wear and tear.
Recycling quantities shall be discussed with the relevant Council Project Manager prior to collection and subsequently verified upon collection. A strict stock-control process shall be adopted, and the successful Supplier shall develop and propose such a system for approval by the Council. In particular, any wastage during the recycling process shall be detailed and the reasons for the wastage and the amount and type of material wasted shall be recorded.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 20
Price - Weighting: 80
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 Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.
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
Be a registered Licensed Waste Carrier and hold a relevant authority waste carrier license.
three.1.2) Economic and financial standing
List and brief description of selection criteria
SPD Question 4B.1 - Tenderers are required to provide their “general” annual turnover for the last two financial years in response to this question.
SPD Question 4B.4 - Tenderers will be required provide the following information in response to 4B.4: Current ratio for Current Year: 1.2, Current ratio for Prior Year: 1.2.
SPD Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance.
Minimum level(s) of standards possibly required
SPD Question 4B.1 - Tenderers are required to have a minimum “general” annual turnover of 2m GBP 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.
SPS Question 4B.4 - Tenderers will be required provide the following information in response to 4B.4:
Current ratio for Current Year: 1.2
Current ratio for Prior Year: 1.2
The formula for calculating a Tenderer’s current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 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.
SPD Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
a. Employers (Compulsory) Liability Insurance - GBP 5,000,000
b. Public Liability Insurance - GBP 5,000,000
c. Motor Insurance - Comprehensive
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.
three.1.3) Technical and professional ability
List and brief description of selection criteria
SPD Question 4C.4 (a) Payment of the real Living Wage - Bidders are required to confirm that they will pay any staff that are directly involved in the delivery of the Contract (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.
SPD Question 4D.1.2 - It is a mandatory requirement that Tendering Organisations hold ISO14001 or equivalent or can demonstrate the effectiveness of their environmental management systems. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not hold ISO14001 or equivalent, or cannot demonstrate an effective environmental management system, the Council may exclude the Bidder from the competition.
Minimum level(s) of standards possibly required
SPD Question 4C.4(a) - Payment of the real Living Wage - Where a Tenderer does not commit to pay any staff that at least the real Living Wage, the Council may exclude the Tenderer from the competition.
SPD Question 4C.4(b) - Inclusion of Prompt Payment Clause - Where a Tenderer does not commit to the inclusion of a prompt payment clause, the Council may exclude the Tenderer from the competition.
SPD Question 4C.7(a) - Response to Climate Change Emergency - Where a Tenderer fails to demonstrate that it is taking steps to build awareness of the climate change emergency and reduce emissions, to the Council’s satisfaction, the Council may exclude the Tenderer from the competition.
SPD Question 4D.1 – Quality Assurance Schemes & Environmental Management -Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health & Safety Policy and is required to do so, the Council may exclude the Bidder from the competition.
SPD Question 4D.1.2 - It is a mandatory requirement that Tendering Organisations hold ISO14001 or equivalent or can demonstrate the effectiveness of their environmental management systems. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not hold ISO14001 or equivalent, or cannot demonstrate an effective environmental management system, the Council may exclude the Bidder from the competition.
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
Envisaged maximum number of participants to the framework agreement: 12
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
22 September 2025
Local time
3:00pm
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
Tender must be valid until: 19 January 2026
four.2.7) Conditions for opening of tenders
Date
22 September 2025
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 48 months
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=806197.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
The Council is committed to maximising social, economic and environmental benefits through the delivery of Council contracts (known as ‘Community Benefits’). Community benefits include targeted recruitment and training; sourcing from Small and Medium Enterprises (SMEs), Social Enterprises and Third Sector Organisations; contributions to education within communities; community consultation, engagement and strengthening of community relations; environmental improvement; volunteering; providing community resources; mentoring and sponsorship of community organisations.
(SC Ref:806197)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=806197
six.4) Procedures for review
six.4.1) Review body
Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom