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

Natural Stone Products for Roads and Footways Framework Agreement

  • Cyhoeddwyd gyntaf: 18 Awst 2025
  • Wedi'i addasu ddiwethaf: 18 Awst 2025
  • Cofnodi Diddordeb

     

  • 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)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-0584f9
Cyhoeddwyd gan:
The City of Edinburgh Council
ID Awudurdod:
AA76329
Dyddiad cyhoeddi:
18 Awst 2025
Dyddiad Cau:
22 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 (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).

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: 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

Codio

Categorïau nwyddau

ID Teitl Prif gategori
44910000 Cerrig ar gyfer adeiladu Cerrig ar gyfer adeiladu, calchfaen, gypswm a llechi
44900000 Cerrig ar gyfer adeiladu, calchfaen, gypswm a llechi Strwythurau a deunyddiau adeiladu; cynhyrchion ategol ar gyfer adeiladu (ac eithrio cyfarpar trydanol)
44113130 Cerrig palmant Deunyddiau adeiladu ffyrdd
44113000 Deunyddiau adeiladu ffyrdd Deunyddiau adeiladu
44912100 Gwenithfaen Cerrig adeiladu amrywiol
44113120 Slabiau palmant Deunyddiau adeiladu ffyrdd
44912200 Tywodfaen Cerrig adeiladu amrywiol

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:
Victoria.Shanley@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.