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: Victoria Shanley
Ffôn: +44 1314693922
E-bost: Victoria.Shanley@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
Natural Stone Products for Roads and Footways Framework Agreement
Cyfeirnod: CT1624
II.1.2) Prif god CPV
44910000
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
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).
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer pob lot
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Caithness Stone Paviors
II.2.2) Cod(au) CPV ychwanegol
44900000
44113000
44113120
44113130
II.2.3) Man cyflawni
Cod NUTS:
UKM75
Prif safle neu fan cyflawni:
The City of Edinburgh
II.2.4) Disgrifiad o’r caffaeliad
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.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Technical
/ Pwysoliad: 20
Price
/ Pwysoliad:
80
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 24
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
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
Rhif y Lot 2
II.2.1) Teitl
Hard Sandstone (Yorkstone Scoutmoor) Paviors and Setts
II.2.2) Cod(au) CPV ychwanegol
44900000
44113000
44113120
44113130
44912200
II.2.3) Man cyflawni
Cod NUTS:
UKM75
Prif safle neu fan cyflawni:
The City of Edinburgh
II.2.4) Disgrifiad o’r caffaeliad
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.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Technical
/ Pwysoliad: 20
Price
/ Pwysoliad:
80
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 24
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
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
Rhif y Lot 3
II.2.1) Teitl
Granite Setts, Kerbs, Channels and Tactile Paving
II.2.2) Cod(au) CPV ychwanegol
44900000
44113000
44113120
44113130
44912100
II.2.3) Man cyflawni
Cod NUTS:
UKM75
Prif safle neu fan cyflawni:
The City of Edinburgh
II.2.4) Disgrifiad o’r caffaeliad
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.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Technical
/ Pwysoliad: 20
Price
/ Pwysoliad:
80
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 24
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
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
Rhif y Lot 4
II.2.1) Teitl
Whinstone Recycling and Supply of New Whinstone Setts, Kerbs, Channels
II.2.2) Cod(au) CPV ychwanegol
44900000
44113000
44113120
44113130
II.2.3) Man cyflawni
Cod NUTS:
UKM75
Prif safle neu fan cyflawni:
The City of Edinburgh
II.2.4) Disgrifiad o’r caffaeliad
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.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Technical
/ Pwysoliad: 20
Price
/ Pwysoliad:
80
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 24
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
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
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:
Be a registered Licensed Waste Carrier and hold a relevant authority waste carrier license.
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
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.
Lefel(au) gofynnol y safonau sydd eu hangen:
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.
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
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.
Lefel(au) gofynnol y safonau sydd eu hangen:
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.
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
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: 12
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.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
22/09/2025
Amser lleol: 15:00
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
Rhaid i’r tendr fod yn ddilys tan:
19/01/2026
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
22/09/2025
Amser lleol: 15:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:
48 months
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
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
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
11/08/2025