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.1) Enw a chyfeiriad
North Ayrshire Council
Cunninghame House, Friars Croft
Irvine
KA12 8EE
UK
Ffôn: +44 1294310000
E-bost: procurement@North-Ayrshire.gov.uk
NUTS: UKM93
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.north-ayrshire.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337
I.1) Enw a chyfeiriad
Angus Council
Angus House, Orchardbank Business Park
Forfar
DD8 1AN
UK
Ffôn: +44 3452777778
E-bost: procurement@angus.gov.uk
NUTS: UKM71
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.angus.gov.uk/
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00236
I.1) Enw a chyfeiriad
Falkirk Council
The Foundry, 4 Central Boulevard, Central Park
Larbert
FK5 4RU
UK
Ffôn: +44 1324506070
E-bost: cpu@falkirk.gov.uk
NUTS: UKM76
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.falkirk.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184
I.1) Enw a chyfeiriad
Scottish Borders Council
Council Headquarters
Newtown St Boswells
TD6 0SA
UK
Ffôn: +44 1835824000
E-bost: procurement@scotborders.gov.uk
NUTS: UKM91
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.scotborders.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00394
I.1) Enw a chyfeiriad
Fife Council
Fife House, North Street
Glenrothes
KY7 5LT
UK
Ffôn: +44 3451550000
E-bost: enquiry.procurement@fife.gov.uk
NUTS: UKM72
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.fife.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187
I.1) Enw a chyfeiriad
East Dunbartonshire Council
Civic & Corporate Headquarters, Southbank Marina,12 Strathkelvin Place
Kirkintilloch
G66 1TJ
UK
Ffôn: +44 1415745750
E-bost: procurement@eastdunbarton.gov.uk
NUTS: UKM81
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.eastdunbarton.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00225
I.2) Caffael ar y cyd
Mae a wnelo’r contract â chaffael ar y cyd
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/
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
Public and Civic Clocks
Cyfeirnod: CT1385
II.1.2) Prif god CPV
50432000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The City of Edinburgh Council (the Council) intends to put in place a Framework Agreement and appoint multiple Contractors to provide clock winding and maintenance services for two distinct groups of clocks:
Public Clocks within the City of Edinburgh (27 clocks), and
City Chambers Clocks (15 clocks)
In addition to the aforementioned requirements the Council may, at its discretion, utilise this Framework Agreement to provide for new / additional clocks as well as ad-hoc requirements.
The Council is acting for itself and additional Councils in Scotland listed below will be able to access and call from the Framework Agreement:
Angus Council;
North Ayrshire Council;
Falkirk Council;
Scottish Borders Council;
Fife Council;
East Dunbartonshire Council.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 1 200 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
50432000
39254100
II.2.3) Man cyflawni
Cod NUTS:
UKM75
UKM71
UKM76
UKM91
UKM81
Prif safle neu fan cyflawni:
The City of Edinburgh
II.2.4) Disgrifiad o’r caffaeliad
The City of Edinburgh Council (the Council) intends to put in place a Framework Agreement and appoint multiple Contractors to provide clock winding and maintenance services for two distinct groups of clocks:
Public Clocks within the City of Edinburgh (27 clocks), and
City Chambers Clocks (15 clocks)
In addition to the aforementioned requirements the Council may, at its discretion, utilise this Framework Agreement to provide for new / additional clocks as well as ad-hoc requirements.
Objectives
Ensure all clocks are fully operational, accurate, and regularly wound and maintained.
Support public safety and civic functions by maintaining clock visibility and timekeeping.
Provide timely repair and restoration services as needed.
Enable smooth transition between departments following the organisational review in Public Safety.
The Council is acting for itself and additional Councils in Scotland listed below will be able to access and call from the Framework Agreement.
Angus Council
North Ayrshire Council
Falkirk Council
Scottish Borders Council
Fife Council
East Dunbartonshire Council
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Technical
/ Pwysoliad: 70
Price
/ Pwysoliad:
30
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: 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.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
SPD Question 4B.1 – Tenderers are required to provide their “general” annualturnover for the last two financial years in response to this
question.
SPD Question 4B.5 - Tenderers are required to confirm that they hold, or commit toobtaining prior to the commencement of any
subsequently awarded contract, the specified types and levels of insurance.
SPD Question 4B.6 - Tenderers are required to provide their Current ratio for Current Year and the Prior Year. The formula for calculating current ratio is current assets divided by current liabilities.
Lefel(au) gofynnol y safonau sydd eu hangen:
SPD Question 4B.1 – Tenderers are required to have a minimum “general” annual turnover of GBP 300000 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.
SPD Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the following types and levels of insurance:
a. Employers (Compulsory) Liability Insurance - GBP 5000000
b. Public Liability Insurance - GBP 5000000
c. Professional Indemnity - GBP 1000000
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.
SPD Question 4B.6 - The acceptable range for each financial ratio is greater than 1.20. 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.
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 - Tenderers are required to confirm that they will pay any staff that are directly involved in the delivery of the Framework Agreement (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.
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
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: 4
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:
10/07/2025
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:
12/11/2025
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
10/07/2025
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=800518.
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 Service Provider is encouraged to secure positive outcomes that will benefit the community in which they operate. The Service Provider must assist the Council in the delivery of community benefits. The Council reserves the right to introduce monitoring of the delivery of community benefits during the Framework Agreement term.
(SC Ref:800518)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=800518
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
10/06/2025