Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Contractor Works Framework Agreement

  • Cyhoeddwyd gyntaf: 04 Awst 2025
  • Wedi'i addasu ddiwethaf: 04 Awst 2025
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Eicon Gwybodaeth

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Eicon Gwybodaeth
Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-04be46
Cyhoeddwyd gan:
The City of Edinburgh Council
ID Awudurdod:
AA76329
Dyddiad cyhoeddi:
04 Awst 2025
Dyddiad Cau:
01 Medi 2025
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

The City of Edinburgh Council

Waverley Court, 4 East Market Street

Edinburgh

EH8 8BG

UK

Person cyswllt: Lorna Lennen

E-bost: lorna.lennen@edinburgh.gov.uk

NUTS: UKM75

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.edinburgh.gov.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

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


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

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


Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:

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


I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Contractor Works Framework Agreement

Cyfeirnod: CT0640

II.1.2) Prif god CPV

45210000

 

II.1.3) Y math o gontract

Gwaith

II.1.4) Disgrifiad byr

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

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 100 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

Gellir cyflwyno tendrau ar gyfer uchafswm nifer o 10 lotiau

Uchafswm y lotiau y gellir eu dyfarnu i un tendrwr: 10

Ceidw’r awdurdod contractio yr hawl i ddyfarnu contractau gan gyfuno’r lotiau neu’r grwpiau o lotiau canlynol:

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.

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Lot 1 - Electrical Works

II.2.2) Cod(au) CPV ychwanegol

71334000

44611500

45350000

45310000

45311000

45311100

II.2.3) Man cyflawni

Cod NUTS:

UKM75

II.2.4) Disgrifiad o’r caffaeliad

Various Electrical Works Including Installation Works

Refer to Schedule 2

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 30

Price / Pwysoliad:  70

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 3 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

On Expiry of the Framework

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 8

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Please refer to all schedules within the tender pack

Rhif y Lot 2

II.2.1) Teitl

Lot 2 - Mechanical & Public Health Works

II.2.2) Cod(au) CPV ychwanegol

71334000

44611500

45350000

45332200

II.2.3) Man cyflawni

Cod NUTS:

UKM75

II.2.4) Disgrifiad o’r caffaeliad

Various Mechanical, Electrical & Plumbing Works Including Installation Works

Refer to Schedule 2

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 30

Price / Pwysoliad:  70

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 3 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

On Expiry of the Framework

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 8

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Please refer to all schedules within the tender pack

Rhif y Lot 3

II.2.1) Teitl

Lot 3 - Photovoltaic PV Solar Panels

II.2.2) Cod(au) CPV ychwanegol

09331000

09330000

09331200

09332000

II.2.3) Man cyflawni

Cod NUTS:

UKM75

II.2.4) Disgrifiad o’r caffaeliad

Various Photovoltaic PV Solar Panels works Including Installation Works

Refer to Schedule 2

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 30

Price / Pwysoliad:  70

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 1 200 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

On Expiry of the Framework

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 6

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Please refer to all schedules within the tender pack

Rhif y Lot 4

II.2.1) Teitl

Lot 4 - Roof & Rainwater Installation, Refurbishment Works

II.2.2) Cod(au) CPV ychwanegol

45260000

45262522

45261100

45261210

45261211

45261212

45261213

45261300

45261310

45261320

45261400

45261910

II.2.3) Man cyflawni

Cod NUTS:

UKM75

II.2.4) Disgrifiad o’r caffaeliad

Various Roof & Rainwater Installation, Refurbishment Works

Refer to Schedule 2

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 30

Price / Pwysoliad:  70

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 12 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

On Expiry of the Framework

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 8

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Please refer to all schedules within the tender pack

Rhif y Lot 5

II.2.1) Teitl

Lot 5 - Stonework & Masonry Works

II.2.2) Cod(au) CPV ychwanegol

45262500

45262522

45262510

45262512

II.2.3) Man cyflawni

Cod NUTS:

UKM75

II.2.4) Disgrifiad o’r caffaeliad

Various Stonework & Masonry Works

Refer to Schedule 2

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 30

Price / Pwysoliad:  70

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 4 800 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

On Expiry of the Framework

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 5

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Please refer to all schedules within the tender pack

Rhif y Lot 6

II.2.1) Teitl

Lot 6 - UPVC Windows, Doors & Screens

II.2.2) Cod(au) CPV ychwanegol

44221100

45421100

45421130

44221000

45420000

45421000

II.2.3) Man cyflawni

Cod NUTS:

UKM75

II.2.4) Disgrifiad o’r caffaeliad

Various UPVC Windows, Doors & Screen Installation Works

Refer to Schedule 2

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 30

Price / Pwysoliad:  70

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 9 600 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

On Expiry of the Framework

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 6

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Please refer to all schedules within the tender pack

Rhif y Lot 7

II.2.1) Teitl

Lot 7 - Timber Windows, Doors & Screens

II.2.2) Cod(au) CPV ychwanegol

44221100

45421100

45421130

44221000

45420000

45421000

II.2.3) Man cyflawni

Cod NUTS:

UKM75

II.2.4) Disgrifiad o’r caffaeliad

Various Timber Windows, Doors & Screens Installation Works

Refer to Schedule 2

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 30

Price / Pwysoliad:  70

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 9 600 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

On Expiry of the Framework

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 6

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Please refer to all schedules within the tender pack

Rhif y Lot 8

II.2.1) Teitl

Lot 8 - Groundwork, Civil Work and Concrete Repairs

II.2.2) Cod(au) CPV ychwanegol

45200000

45262300

45220000

II.2.3) Man cyflawni

Cod NUTS:

UKM75

II.2.4) Disgrifiad o’r caffaeliad

Various Civil Work and Concrete Repairs Works

Refer to Schedule 2

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 30

Price / Pwysoliad:  70

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 900 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

On Expiry of the Framework

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 6

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Please refer to all schedules within the tender pack

Rhif y Lot 9

II.2.1) Teitl

Lot 9 - Multi - Trade Works - Works up to 1m GBP

II.2.2) Cod(au) CPV ychwanegol

45420000

45311000

45311100

45442100

45443000

45410000

45332200

45260000

45262000

45262500

II.2.3) Man cyflawni

Cod NUTS:

UKM75

II.2.4) Disgrifiad o’r caffaeliad

Various Multi Trades Works Works

Refer to Schedule 2

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 30

Price / Pwysoliad:  70

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 9 600 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

On Expiry of the Framework

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 8

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Please refer to all schedules within the tender pack

Rhif y Lot 10

II.2.1) Teitl

Lot 10 - Multi - Trade Works - Works from 1m - 3m GBP

II.2.2) Cod(au) CPV ychwanegol

45420000

45311000

45311100

45442100

45443000

45410000

45332200

45260000

45262000

II.2.3) Man cyflawni

Cod NUTS:

UKM75

II.2.4) Disgrifiad o’r caffaeliad

Various Multi Trade Works

Refer to Schedule 2

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 30

Price / Pwysoliad:  70

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 7 200 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

On Expiry of the Framework

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 8

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Please refer to all schedules within the tender pack

Rhif y Lot 11

II.2.1) Teitl

Lot 11 - Multi - Trade Works - Works from 3m - 7m GBP

II.2.2) Cod(au) CPV ychwanegol

45420000

45311000

45311100

45442100

45443000

45410000

45332200

45260000

45262000

45262500

II.2.3) Man cyflawni

Cod NUTS:

UKM75

II.2.4) Disgrifiad o’r caffaeliad

Various Multi Trade Works

Refer to Schedule 2

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 30

Price / Pwysoliad:  70

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 9 600 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

On Expiry of the Framework

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 8

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Please refer to all schedules within the tender pack

Rhif y Lot 12

II.2.1) Teitl

Lot 12 - Multi - Trade Works - Works from 7m - 15m GBP

II.2.2) Cod(au) CPV ychwanegol

45420000

45311000

45311100

45442100

45443000

45410000

45332200

45260000

45262000

45262500

II.2.3) Man cyflawni

Cod NUTS:

UKM75

II.2.4) Disgrifiad o’r caffaeliad

Various Multi Trade Works

Refer to Schedule 2

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 30

Price / Pwysoliad:  70

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 1 440 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

On Expiry of the Framework

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 8

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Please refer to all schedules within the tender pack

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

Please refer to schedule 4

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

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.


III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

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.


Lefel(au) gofynnol y safonau sydd eu hangen:

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.

III.2) Amodau sy’n gysylltiedig â’r contract

III.2.2) Amodau perfformiad contractau

This Framework Agreement shall include a Community Benefit Clause

III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract

Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn gystadleuol gyda negodi

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

The procurement involves the establishment of a framework agreement with several operators.

Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 100

IV.1.4) Gwybodaeth am leihau nifer yr atebion neu’r tendrwyr yn ystod negodiad neu ddeialog

Troi at weithdrefn fesul cam er mwyn mynd ati’n raddol i leihau nifer yr atebion i’w trafod neu’r tendrau i’w negodi

IV.1.5) Gwybodaeth am negodi

Ceidw’r awdurdod contractio yr hawl i ddyfarnu’r contract ar sail y tendrau gwreiddiol heb gynnal negodiadau

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2024/S 000-037937

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 01/09/2025

Amser lleol: 12:00

IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd

Dyddiad: 03/11/2025

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 6  (o’r dyddiad a nodwyd i dendr ddod i law)

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

2030

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

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

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Sheriff Court

Sheriff Court House, 27 Chambers Street

Edinburgh

EH1 1LB

UK

VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu

Sheriff Court

Sheriff Court House, 27 Chambers Street

Edinburgh

EH1 1LB

UK

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

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.

VI.5) Dyddiad anfon yr hysbysiad hwn

30/07/2025

Codio

Categorïau nwyddau

ID Teitl Prif gategori
45261910 Atgyweirio toeau Gwaith codi fframiau a gorchuddion to a gwaith cysylltiedig
09332000 Cyfarpar solar Ynni solar
44221100 Ffenestri Ffenestri, drysau ac eitemau cysylltiedig
44221000 Ffenestri, drysau ac eitemau cysylltiedig Gwaith asiedydd adeiladwyr
45421130 Gosod drysau a ffenestri Gwaith asiedydd
45421100 Gosod drysau a ffenestri a chydrannau cysylltiedig Gwaith asiedydd
45210000 Gwaith adeiladu adeiladau Gwaith ar gyfer gwaith adeiladau cyflawn neu rannol a gwaith peirianneg sifil
45262000 Gwaith adeiladu crefftau arbennig heblaw gwaith toi Gwaith toi a chrefftau adeiladu arbennig eraill
45200000 Gwaith ar gyfer gwaith adeiladau cyflawn neu rannol a gwaith peirianneg sifil Gwaith adeiladu
45421000 Gwaith asiedydd Gwaith gosod gwaith asiedydd a saer
45262300 Gwaith concrit Gwaith adeiladu crefftau arbennig heblaw gwaith toi
45261320 Gwaith cwteru Gwaith codi fframiau a gorchuddion to a gwaith cysylltiedig
45443000 Gwaith ffasâd Gwaith paentio a gwydro
45261100 Gwaith fframio toeau Gwaith codi fframiau a gorchuddion to a gwaith cysylltiedig
45261210 Gwaith gorchuddio toeau Gwaith codi fframiau a gorchuddion to a gwaith cysylltiedig
45261213 Gwaith gorchuddio toeau â metel Gwaith codi fframiau a gorchuddion to a gwaith cysylltiedig
45261400 Gwaith gosod dalennau Gwaith codi fframiau a gorchuddion to a gwaith cysylltiedig
45420000 Gwaith gosod gwaith asiedydd a saer Gwaith cwblhau adeiladau
45350000 Gwaith gosod mecanyddol Gwaith gosod ar gyfer adeiladau
45310000 Gwaith gosod trydanol Gwaith gosod ar gyfer adeiladau
45311000 Gwaith gwifro a ffitio trydanol Gwaith gosod trydanol
45311100 Gwaith gwifro trydanol Gwaith gwifro a ffitio trydanol
45262510 Gwaith maen Gwaith adeiladu crefftau arbennig heblaw gwaith toi
45262512 Gwaith maen nadd Gwaith adeiladu crefftau arbennig heblaw gwaith toi
45442100 Gwaith paentio Gwaith taenu araenau amddiffynnol
45332200 Gwaith peipiau dwr Gwaith plymwr a gwaith gosod draeniau
45220000 Gwaith peirianneg a gwaith adeiladu Gwaith ar gyfer gwaith adeiladau cyflawn neu rannol a gwaith peirianneg sifil
45410000 Gwaith plastro Gwaith cwblhau adeiladau
45261310 Gwaith plygiadau plwm Gwaith codi fframiau a gorchuddion to a gwaith cysylltiedig
45261300 Gwaith plygiadau plwm a landeri Gwaith codi fframiau a gorchuddion to a gwaith cysylltiedig
45262522 Gwaith saer maen Gwaith adeiladu crefftau arbennig heblaw gwaith toi
45262500 Gwaith saer maen a gwaith gosod brics Gwaith adeiladu crefftau arbennig heblaw gwaith toi
45260000 Gwaith toi a chrefftau adeiladu arbennig eraill Gwaith ar gyfer gwaith adeiladau cyflawn neu rannol a gwaith peirianneg sifil
45261212 Gwaith toi â llechi Gwaith codi fframiau a gorchuddion to a gwaith cysylltiedig
45261211 Gwaith toi â theils Gwaith codi fframiau a gorchuddion to a gwaith cysylltiedig
71334000 Gwasanaethau peirianneg fecanyddol a thrydanol Gwasanaethau peirianneg amrywiol
09331200 Modiwlau ffotofoltaidd solar Paneli solar
09331000 Paneli solar Ynni solar
44611500 Tanciau dwr Tanciau
09330000 Ynni solar Ynni trydan, gwres, solar a niwclear

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
lorna.lennen@edinburgh.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.