Section one: Contracting authority
one.1) Name and addresses
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
Contact
Kelly Faulds
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.1) Name and addresses
Kingdom Housing Association Limited
Saltire Centre, Pentland Court
Glenrothes
KY6 2DA
Telephone
+44 1592631661
Country
United Kingdom
NUTS code
UKM72 - Clackmannanshire and Fife
Internet address(es)
Main address
http://www.kingdomhousing.org.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12982
one.2) Information about joint procurement
The contract involves joint procurement
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/
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
Domestic Repair & Maintenance Framework Agreement
Reference number
CT1512
two.1.2) Main CPV code
- 45211000 - Construction work for multi-dwelling buildings and individual houses
two.1.3) Type of contract
Works
two.1.4) Short description
The City of Edinburgh Council wishes to appoint contractors to a Framework Agreement to deliver repairs and maintenance works to the Council’s domestic estate. The Framework Agreement will be utilised to support the Council’s internal team for specialist works and services, and in times of high demand.
The services will be required in three main operational areas:- Responsive Repairs, Empty Homes and Planned Works. The size and nature of the works will vary widely, but to give an indication of the scale, it may consist of works such as minor repairs to taps up to a full bathroom installation, small repairs to previous installed electrical components to full rewire of properties, external door painting to full decoration of properties, plastering patch work to skim coating walls and ceilings.
The Framework is split into 5 Lots:
- Lot 1 – Internal Works
- Lot 2 – External Works
- Lot 3 – Jetting & Drainage Works
- Lot 4 – Preservation Works
- Lot 5 – Scaffolding Services
The estimated value of the Framework Agreement is GBP10,000,000 – GBP12,500,000 per annum and the Framework Agreement will run from 1st April 2026 – 31st March 2030.
two.1.5) Estimated total value
Value excluding VAT: £50,000,000
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
External Works
Lot No
2
two.2.2) Additional CPV code(s)
- 45261200 - Roof-covering and roof-painting work
- 45262100 - Scaffolding work
- 45342000 - Erection of fencing
- 45340000 - Fencing, railing and safety equipment installation work
- 45262500 - Masonry and bricklaying work
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
two.2.4) Description of the procurement
The City of Edinburgh Council wishes to procure up to 4 contractors to deliver external works in its domestic estate under a Framework Agreement.
The contractor will be required to deliver works to any aspect of the external envelope of the building primarily covering general construction, roofing, leadwork, groundwork and specialist external finishing services. The scope will also include any necessary repairs to external structures such as walls, roofs, windows and signage where applicable.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £9,600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
Internal Works
Lot No
1
two.2.2) Additional CPV code(s)
- 45440000 - Painting and glazing work
- 45421000 - Joinery work
- 45410000 - Plastering work
- 45310000 - Electrical installation work
- 45311000 - Electrical wiring and fitting work
- 45262600 - Miscellaneous special-trade construction work
- 45330000 - Plumbing and sanitary works
- 45432114 - Wood flooring work
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
two.2.4) Description of the procurement
The City of Edinburgh Council is seeking to procure up to 6 contractors to deliver internal works to its domestic estate. The Contractor shall be required to undertake, deliver and complete all works relating to any aspect of the internal envelope of the building, with primary focus on joinery works including the installation, repair and maintenance of doors, frames, architraves, skirting boards, staircases, fitted furniture and other timber components; plumbing services covering installation, repair, maintenance and replacement of all sanitary ware, pipework, water supply systems, waste systems, and associated plumbing fixtures and fittings; electrical works encompassing the installation, testing, maintenance and repair of lighting, power circuits, distribution boards, switches, sockets and all associated electrical infrastructure; painting and decorating services including surface preparation, application of paints, wall coverings, decorative finishes and protective coatings to internal surfaces; plastering works covering the application, repair and finishing of plaster, render, dry lining and associated wall and ceiling finishes; including the installation of front doors, back doors and balcony doors windows and glazing services including the installation, repair, maintenance and replacement of window units, glazing systems, sealed units and associated hardware ; and flooring works encompassing the preparation, installation, repair and maintenance of all floor coverings and finishes including timber, vinyl flooring systems.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
Jetting & Drainage Works
Lot No
3
two.2.2) Additional CPV code(s)
- 45232450 - Drainage construction works
- 45232452 - Drainage works
- 45332200 - Water plumbing work
- 45332000 - Plumbing and drain-laying work
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
two.2.4) Description of the procurement
The City of Edinburgh Council wishes to procure up to 4 contractors to deliver jetting and drainage works in the Council's domestic estate.
0.6 The Contractor shall be required to undertake, deliver and complete all works relating to any aspect of the internal envelope of the building, with primary focus on high-pressure water jetting services including clearance of blockages, descaling, root removal and preventative maintenance of drainage systems; drainage works encompassing inspection, repair, maintenance and installation of all internal and external drainage infrastructure, including foul water, surface water and combined drainage systems; and plumbing services covering installation, repair, maintenance and replacement of all sanitary ware, pipework, water supply systems, waste systems, and associated plumbing fixtures and fittings.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
Preservation Works
Lot No
4
two.2.2) Additional CPV code(s)
- 92522000 - Preservation services of historical sites and buildings
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
two.2.4) Description of the procurement
The City of Edinburgh Council wishes to procure up to 4 contractors to deliver preservation works under a Framework Agreement.
The contractor will be required to deliver works to any aspect of the internal envelope of the building primarily Damp, Mould and Condensation covering joinery, plumbing, electrical, painting and decorating, plastering, windows & glazing, flooring. At times of high demand and subject to contractor capability, there may also be a requirement to deliver preservation, external works or scaffolding.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
Scaffolding Services
Lot No
5
two.2.2) Additional CPV code(s)
- 45262100 - Scaffolding work
- 45262110 - Scaffolding dismantling work
- 45262120 - Scaffolding erection work
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
two.2.4) Description of the procurement
The City of Edinburgh Council wishes to procure up to 4 contractors to deliver scaffolding services in the Council's domestic estate.
0.6 The contractor will be required to provide safe, compliant and fit for purpose access solutions across the councils housing stock to facilitate repairs, maintenance, cyclical works and emergency interventions. The contractor shall supply, erect, adapt, inspect and dismantle all scaffolding in accordance with the relative legislation. Works may include but are not limited to the following; external access scaffolds, roof line scaffolds, tower scaffolds, gantries, edge protection, debris netting and protection. The contractor is expected to conduct site assessments, identify appropriate scaffold design and ensure all installations are secure and suitable for the duration of the required works. Regular statutory inspections must be carried out, recorded and shared with the council.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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.1.2) Economic and financial standing
List and brief description of selection criteria
Part IV: Selection Criteria - B: Economic and financial standing – Question 4B.1 - Tenderers are required to have the following minimum “general” annual turnover for each respective Lot/sub-Lots for the last two financial years.
Lot 1
- A minimum “general” annual turnover of 1,500,000 GBP for each of the last two financial years.
Lot 2
- A minimum “general” annual turnover of 1,500,000 GBP for each of the last two financial years.
Lot 3
- A minimum “general” annual turnover of 500,000 GBP for each of the last two financial years.
Lot 4
- A minimum “general” annual turnover of 1,000,000 GBP for each of the last two financial years.
Lot 5
- A minimum “general” annual turnover of 1,000,000 GBP for each of 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.
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:
- Current ratio for Current Year: 1.20
- Current ratio for Prior Year: 1.20
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 and minimum levels of insurance indicated below:
a. Employer’s (Compulsory) Liability Insurance – GBP10m each and every claim
b. Public and Products Liability Insurance – GBP10m each and every claim
c. Contractors All Risk – Contract Works insurance with a Limit per Contract of not less that the value of the works plus 15%
d. Professional Indemnity Insurance – GBP5m in the aggregate
Tenderers must note that the above figures are the minimum levels of insurance required to be awarded onto the Framework Agreement.
three.1.3) Technical and professional ability
List and brief description of selection criteria
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.5 –
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 –
Tenderers will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to:
- A completed copy of “Annex 4 - 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.
Part IV: Selection Criteria – D: Quality Assurance Schemes & Environmental Management – 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.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
This Framework Agreement shall include a Community Benefit Clause
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: 22
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
14 January 2026
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
14 January 2026
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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=816721.
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:
Community Benefits will be assessed in a general terms at Invitation to Tender Stage for entry to the Framework Agreement.
Specific Community Benefits shall be set at call off stage in relation to the requirements and needs of the immediate local area and Council tenants in which the works are taking place.
(SC Ref:816721)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=816721
six.4) Procedures for review
six.4.1) Review body
Sherriff Court
Sherriff Court House 27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom
six.4.3) Review procedure
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 within 3 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.