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

Domestic Repair & Maintenance Framework Agreement

  • Cyhoeddwyd gyntaf: 29 Tachwedd 2025
  • Wedi'i addasu ddiwethaf: 29 Tachwedd 2025
  • Fersiwn: N/A
  • 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-05eaf0
Cyhoeddwyd gan:
The City of Edinburgh Council
ID Awudurdod:
AA76329
Dyddiad cyhoeddi:
29 Tachwedd 2025
Dyddiad Cau:
14 Ionawr 2026
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 wishes to appoint contractors to a Framework Agreement to deliver repairs and maintenance works to the Council’s domestic estate. The Framework Agreement will be utilised to support the Council’s internal team for specialist works and services, and in times of high demand.

The services will be required in three main operational areas:- Responsive Repairs, Empty Homes and Planned Works. The size and nature of the works will vary widely, but to give an indication of the scale, it may consist of works such as minor repairs to taps up to a full bathroom installation, small repairs to previous installed electrical components to full rewire of properties, external door painting to full decoration of properties, plastering patch work to skim coating walls and ceilings.

The Framework is split into 5 Lots:

- Lot 1 – Internal Works

- Lot 2 – External Works

- Lot 3 – Jetting & Drainage Works

- Lot 4 – Preservation Works

- Lot 5 – Scaffolding Services

The estimated value of the Framework Agreement is GBP10,000,000 – GBP12,500,000 per annum and the Framework Agreement will run from 1st April 2026 – 31st March 2030.

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: Kelly Faulds

Ffôn: +44 1314693922

E-bost: kelly.faulds@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

Kingdom Housing Association Limited

Saltire Centre, Pentland Court

Glenrothes

KY6 2DA

UK

Ffôn: +44 1592631661

E-bost: kingdom@kha.scot

NUTS: UKM72

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.kingdomhousing.org.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12982

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

Domestic Repair & Maintenance Framework Agreement

Cyfeirnod: CT1512

II.1.2) Prif god CPV

45211000

 

II.1.3) Y math o gontract

Gwaith

II.1.4) Disgrifiad byr

The City of Edinburgh Council wishes to appoint contractors to a Framework Agreement to deliver repairs and maintenance works to the Council’s domestic estate. The Framework Agreement will be utilised to support the Council’s internal team for specialist works and services, and in times of high demand.

The services will be required in three main operational areas:- Responsive Repairs, Empty Homes and Planned Works. The size and nature of the works will vary widely, but to give an indication of the scale, it may consist of works such as minor repairs to taps up to a full bathroom installation, small repairs to previous installed electrical components to full rewire of properties, external door painting to full decoration of properties, plastering patch work to skim coating walls and ceilings.

The Framework is split into 5 Lots:

- Lot 1 – Internal Works

- Lot 2 – External Works

- Lot 3 – Jetting & Drainage Works

- Lot 4 – Preservation Works

- Lot 5 – Scaffolding Services

The estimated value of the Framework Agreement is GBP10,000,000 – GBP12,500,000 per annum and the Framework Agreement will run from 1st April 2026 – 31st March 2030.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 50 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

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

Gellir cyflwyno tendrau ar gyfer pob lot

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Internal Works

II.2.2) Cod(au) CPV ychwanegol

45440000

45421000

45410000

45310000

45311000

45262600

45330000

45432114

II.2.3) Man cyflawni

Cod NUTS:

UKM75

II.2.4) Disgrifiad o’r caffaeliad

The City of Edinburgh Council is seeking to procure up to 6 contractors to deliver internal works to its domestic estate. The Contractor shall be required to undertake, deliver and complete all works relating to any aspect of the internal envelope of the building, with primary focus on joinery works including the installation, repair and maintenance of doors, frames, architraves, skirting boards, staircases, fitted furniture and other timber components; plumbing services covering installation, repair, maintenance and replacement of all sanitary ware, pipework, water supply systems, waste systems, and associated plumbing fixtures and fittings; electrical works encompassing the installation, testing, maintenance and repair of lighting, power circuits, distribution boards, switches, sockets and all associated electrical infrastructure; painting and decorating services including surface preparation, application of paints, wall coverings, decorative finishes and protective coatings to internal surfaces; plastering works covering the application, repair and finishing of plaster, render, dry lining and associated wall and ceiling finishes; including the installation of front doors, back doors and balcony doors windows and glazing services including the installation, repair, maintenance and replacement of window units, glazing systems, sealed units and associated hardware ; and flooring works encompassing the preparation, installation, repair and maintenance of all floor coverings and finishes including timber, vinyl flooring systems.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 60

Price / Pwysoliad:  40

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 20 000 000.00 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: Na

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

External Works

II.2.2) Cod(au) CPV ychwanegol

45261200

45262100

45342000

45340000

45262500

II.2.3) Man cyflawni

Cod NUTS:

UKM75

II.2.4) Disgrifiad o’r caffaeliad

The City of Edinburgh Council wishes to procure up to 4 contractors to deliver external works in its domestic estate under a Framework Agreement.

The contractor will be required to deliver works to any aspect of the external envelope of the building primarily covering general construction, roofing, leadwork, groundwork and specialist external finishing services. The scope will also include any necessary repairs to external structures such as walls, roofs, windows and signage where applicable.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 60

Price / Pwysoliad:  40

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: Na

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

Jetting & Drainage Works

II.2.2) Cod(au) CPV ychwanegol

45232450

45232452

45332200

45332000

II.2.3) Man cyflawni

Cod NUTS:

UKM75

II.2.4) Disgrifiad o’r caffaeliad

The City of Edinburgh Council wishes to procure up to 4 contractors to deliver jetting and drainage works in the Council's domestic estate.

0.6 The Contractor shall be required to undertake, deliver and complete all works relating to any aspect of the internal envelope of the building, with primary focus on high-pressure water jetting services including clearance of blockages, descaling, root removal and preventative maintenance of drainage systems; drainage works encompassing inspection, repair, maintenance and installation of all internal and external drainage infrastructure, including foul water, surface water and combined drainage systems; and plumbing services covering installation, repair, maintenance and replacement of all sanitary ware, pipework, water supply systems, waste systems, and associated plumbing fixtures and fittings.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 60

Price / Pwysoliad:  40

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 4 000 000.00 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: Na

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

Preservation Works

II.2.2) Cod(au) CPV ychwanegol

92522000

II.2.3) Man cyflawni

Cod NUTS:

UKM75

II.2.4) Disgrifiad o’r caffaeliad

The City of Edinburgh Council wishes to procure up to 4 contractors to deliver preservation works under a Framework Agreement.

The contractor will be required to deliver works to any aspect of the internal envelope of the building primarily Damp, Mould and Condensation covering joinery, plumbing, electrical, painting and decorating, plastering, windows & glazing, flooring. At times of high demand and subject to contractor capability, there may also be a requirement to deliver preservation, external works or scaffolding.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 60

Price / Pwysoliad:  40

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: Na

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 5

II.2.1) Teitl

Scaffolding Services

II.2.2) Cod(au) CPV ychwanegol

45262100

45262110

45262120

II.2.3) Man cyflawni

Cod NUTS:

UKM75

II.2.4) Disgrifiad o’r caffaeliad

The City of Edinburgh Council wishes to procure up to 4 contractors to deliver scaffolding services in the Council's domestic estate.

0.6 The contractor will be required to provide safe, compliant and fit for purpose access solutions across the councils housing stock to facilitate repairs, maintenance, cyclical works and emergency interventions. The contractor shall supply, erect, adapt, inspect and dismantle all scaffolding in accordance with the relative legislation. Works may include but are not limited to the following; external access scaffolds, roof line scaffolds, tower scaffolds, gantries, edge protection, debris netting and protection. The contractor is expected to conduct site assessments, identify appropriate scaffold design and ensure all installations are secure and suitable for the duration of the required works. Regular statutory inspections must be carried out, recorded and shared with the council.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 60

Price / Pwysoliad:  40

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 4 000 000.00 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: Na

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:

Part IV: Selection Criteria - B: Economic and financial standing – Question 4B.1 - Tenderers are required to have the following minimum “general” annual turnover for each respective Lot/sub-Lots for the last two financial years.

Lot 1

- A minimum “general” annual turnover of 1,500,000 GBP for each of the last two financial years.

Lot 2

- A minimum “general” annual turnover of 1,500,000 GBP for each of the last two financial years.

Lot 3

- A minimum “general” annual turnover of 500,000 GBP for each of the last two financial years.

Lot 4

- A minimum “general” annual turnover of 1,000,000 GBP for each of the last two financial years.

Lot 5

- A minimum “general” annual turnover of 1,000,000 GBP for each of the last two financial years.

Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.

Part IV: Selection Criteria - B: Economic and financial standing – Question 4B.4 - Tenderers will be required provide the following information in response to 4B.4 for all Lots:

- Current ratio for Current Year: 1.20

- Current ratio for Prior Year: 1.20

Part IV: Selection Criteria - B: Economic and Financial Standing – Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and minimum levels of insurance indicated below:

a. Employer’s (Compulsory) Liability Insurance – GBP10m each and every claim

b. Public and Products Liability Insurance – GBP10m each and every claim

c. Contractors All Risk – Contract Works insurance with a Limit per Contract of not less that the value of the works plus 15%

d. Professional Indemnity Insurance – GBP5m in the aggregate

Tenderers must note that the above figures are the minimum levels of insurance required to be awarded onto the Framework Agreement.


III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Part IV: Selection Criteria – Prompt Payment – Question 4C.4 –

It is a mandatory requirement of this Contract that a prompt payment clause is present in all Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request or as contractually scheduled.

Part IV: Selection Criteria – Living Wage Payment – Question 4C.5 –

Tenderers are asked to confirm that they will pay staff that are involved in the delivery of the contract (including any agency or sub-contractor staff directly involved in the delivery of the contract), at least the real Living Wage. Tenderers should confirm that this condition will be met within the response to this question. Please note that tenderers who fail to answer “Yes” to this question may not have their tender considered further or proceed to the Price/Quality ratio calculation.

Part IV: Selection Criteria – Environmental Measures – Question 4C.7 –

Tenderers will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to:

- A completed copy of “Annex 4 - Bidder Priority Contract Climate Change Plan – Blank Template” including planned projects and actions to reduce the Tenderer’s carbon emissions. This does not need to contain calculated carbon emissions.

Where a Tenderer’s response is of a less than the acceptable standard, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.

Part IV: Selection Criteria – D: Quality Assurance Schemes & Environmental Management – Question 4D.1 –

Requirement - Quality Management Procedures

The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).

OR

If the bidder does not hold UKAS (or equivalent) accredited independent third party

certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), then the bidder must have the following:

A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level.

The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.

Requirement - Health & Safety Procedures

It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Tenderers should confirm that this condition has been met within the response to this question.

Where a Tenderer does not have a Health & Safety Policy and is required to do so, the Council may exclude the Tenderer from the competition.

NOTE: Organisations with fewer than five employees are not required by law to have a documented policy statement.


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 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: 22

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: 14/01/2026

Amser lleol: 12:00

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

EN

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 14/01/2026

Amser lleol: 13:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

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=816721.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Community Benefits will be assessed in a general terms at Invitation to Tender Stage for entry to the Framework Agreement.

Specific Community Benefits shall be set at call off stage in relation to the requirements and needs of the immediate local area and Council tenants in which the works are taking place.

(SC Ref:816721)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=816721

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Sherriff Court

Sherriff 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:

A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. The City of Edinburgh Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by fax or e-mail to all tenderers with the standstill period commencing on the next day. If proceedings are started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the FTS or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.

VI.5) Dyddiad anfon yr hysbysiad hwn

28/11/2025

Codio

Categorïau nwyddau

ID Teitl Prif gategori
45342000 Codi ffensys Gwaith gosod ffensys, rheiliau a chyfarpar diogelwch
45211000 Gwaith adeiladu ar gyfer adeiladau aml-annedd a thai unigol Gwaith adeiladu adeiladau
45262600 Gwaith adeiladu crefft arbennig amrywiol Gwaith adeiladu crefftau arbennig heblaw gwaith toi
45232450 Gwaith adeiladu systemau draenio Gwaith ategol ar gyfer piblinellau a cheblau
45421000 Gwaith asiedydd Gwaith gosod gwaith asiedydd a saer
45262120 Gwaith codi sgaffaldiau Gwaith adeiladu crefftau arbennig heblaw gwaith toi
45262110 Gwaith datgymalu sgaffaldiau Gwaith adeiladu crefftau arbennig heblaw gwaith toi
45232452 Gwaith draenio Gwaith ategol ar gyfer piblinellau a cheblau
45261200 Gwaith gorchuddio a phaentio toeau Gwaith codi fframiau a gorchuddion to a gwaith cysylltiedig
45340000 Gwaith gosod ffensys, rheiliau a chyfarpar diogelwch Gwaith gosod ar gyfer adeiladau
45432114 Gwaith gosod lloriau pren Gwaith gosod a gorchuddio lloriau, gorchuddio waliau a phapuro waliau
45310000 Gwaith gosod trydanol Gwaith gosod ar gyfer adeiladau
45311000 Gwaith gwifro a ffitio trydanol Gwaith gosod trydanol
45440000 Gwaith paentio a gwydro Gwaith cwblhau adeiladau
45332200 Gwaith peipiau dwr Gwaith plymwr a gwaith gosod draeniau
45410000 Gwaith plastro Gwaith cwblhau adeiladau
45330000 Gwaith plymwr a gwaith glanweithiol Gwaith gosod ar gyfer adeiladau
45332000 Gwaith plymwr a gwaith gosod draeniau Gwaith plymwr a gwaith glanweithiol
45262500 Gwaith saer maen a gwaith gosod brics Gwaith adeiladu crefftau arbennig heblaw gwaith toi
45262100 Gwaith sgaffaldio Gwaith adeiladu crefftau arbennig heblaw gwaith toi
92522000 Gwasanaethau diogelu safleoedd ac adeiladau hanesyddol Gwasanaethau amgueddfa a gwasanaethau diogelu safleoedd ac adeiladau hanesyddol

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:
kelly.faulds@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.