Construction Contract Leads
Scotland
Category Services
Type Tender
No. of Lots 4
Status Active
Published 15th Apr 2026
| Reference | ocds-h6vhtk-068343 |
| Common Procurement Vocabulary | Repair and maintenance services of central heating |
| Procurement Method | Open procedure |
| Value | £13,600,000 |
Scotland
Category Services
Type Tender
No. of Lots 4
Status Active
Published 15th Apr 2026
| Reference | ocds-h6vhtk-068343 |
| Common Procurement Vocabulary | Repair and maintenance services of central heating |
| Procurement Method | Open procedure |
| Value | £13,600,000 |
Section I: Contracting authority
I.1) Name and addresses
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
Contact
Victoria Shanley
Victoria.Shanley [at] edinburgh.gov.uk
Telephone
+44 1314693922
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
CT1662 Gas Engineering Works Framework Agreement
Reference number
CT1662
II.1.2) Main CPV code
- 50720000 - Repair and maintenance services of central heating
II.1.3) Type of contract
Services
II.1.4) Short description
The City of Edinburgh Council鈥檚 (the 鈥淐ouncil鈥) intends to create a Gas Engineering Works Framework Agreement. The Framework Agreement will support delivery of inspection, servicing, maintenance, repair, installation, and associated works across a range of gas systems. Works will primarily be undertaken within domestic housing stock owned or managed by the Council. The Framework Agreement will be split by locality, with Contractors restricted from holding both installation and maintenance lots in the same area, to mitigate concentration risk and ensure resilience of service delivery.
II.1.5) Estimated total value
Value excluding VAT: 拢13,600,000
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
II.2.1) Title
Lot 1B 鈥 Installation / Replacement (West)
Lot No
2
II.2.2) Additional CPV code(s)
- 45331100 - Central-heating installation work
- 45331110 - Boiler installation work
- 45331000 - Heating, ventilation and air-conditioning installation work
- 45333000 - Gas-fitting installation work
II.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
The City of Edinburgh, West. More details available in Schedule of Properties West document
II.2.4) Description of the procurement
As part of The City of Edinburgh Council鈥檚 (the Council) requirement to ensure that tenants have sufficient heating in their properties, Contractors will be required to carry out heating system replacement in Council owned domestic properties in various locations within Edinburgh. The work shall generally involve the emergency replacement of gas boilers and the installation of new full system heating systems as required, including all associated works, in occupied or empty houses. Boilers will be replaced on a like for like basis as far as reasonably possible, e.g. a combi boiler will be replaced by a combi boiler. It is anticipated that approximately 30% of the new installations will be boiler only installations. The work will take place in traditional and non-traditional construction type houses in low rise, tenement and high-rise blocks.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
II.2.6) Estimated value
Value excluding VAT: 拢5,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information
The Framework Agreement will be split by locality, with Contractors restricted from holding both installation and maintenance lots in the same area, to mitigate concentration risk and ensure resilience of service delivery
II.2) Description
II.2.1) Title
Lot 1A 鈥 Installation / Replacement (East)
Lot No
1
II.2.2) Additional CPV code(s)
- 45331100 - Central-heating installation work
- 45331110 - Boiler installation work
- 45331000 - Heating, ventilation and air-conditioning installation work
- 45333000 - Gas-fitting installation work
II.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
The City of Edinburgh, East. More details available in Schedule of Properties East document
II.2.4) Description of the procurement
As part of The City of Edinburgh Council鈥檚 (the Council) requirement to ensure that tenants have sufficient heating in their properties, Contractors will be required to carry out heating system replacement in Council owned domestic properties in various locations within Edinburgh. The work shall generally involve the emergency replacement of gas boilers and the installation of new full system heating systems as required, including all associated works, in occupied or empty houses. Boilers will be replaced on a like for like basis as far as reasonably possible, e.g. a combi boiler will be replaced by a combi boiler. It is anticipated that approximately 30% of the new installations will be boiler only installations. The work will take place in traditional and non-traditional construction type houses in low rise, tenement and high-rise blocks.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
II.2.6) Estimated value
Value excluding VAT: 拢5,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information
The Framework Agreement will be split by locality, with Contractors restricted from holding both installation and maintenance lots in the same area, to mitigate concentration risk and ensure resilience of service delivery
II.2) Description
II.2.1) Title
Lot 2B 鈥 Maintenance / Repair / Servicing (West)
Lot No
4
II.2.2) Additional CPV code(s)
- 50531200 - Gas appliance maintenance services
- 50531100 - Repair and maintenance services of boilers
- 50700000 - Repair and maintenance services of building installations
II.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
The City of Edinburgh, West. More details available in Schedule of Properties West document
II.2.4) Description of the procurement
The City of Edinburgh Council (鈥渢he Council鈥) requires Contractors to undertake repairs and maintenance works under a Framework Agreement covering routine annual maintenance and servicing of domestic and commercial gas installations. Generally, the work will be carried out in domestic properties owned by the Council; however, the Council also reserves the right to use this Framework Agreement in all other relevant areas of the Council鈥檚 business such as commercial properties, should the need occur.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
II.2.6) Estimated value
Value excluding VAT: 拢1,800,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information
The Framework Agreement will be split by locality, with Contractors restricted from holding both installation and maintenance lots in the same area, to mitigate concentration risk and ensure resilience of service delivery
II.2) Description
II.2.1) Title
Lot 2A 鈥 Maintenance / Repair / Servicing (East)
Lot No
3
II.2.2) Additional CPV code(s)
- 50531100 - Repair and maintenance services of boilers
- 50531200 - Gas appliance maintenance services
- 50700000 - Repair and maintenance services of building installations
II.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
The City of Edinburgh, East. More details available in Schedule of Properties East document
II.2.4) Description of the procurement
The City of Edinburgh Council (鈥渢he Council鈥) requires Contractors to undertake repairs and maintenance works under a Framework Agreement covering routine annual maintenance and servicing of domestic and commercial gas installations. Generally, the work will be carried out in domestic properties owned by the Council; however, the Council also reserves the right to use this Framework Agreement in all other relevant areas of the Council鈥檚 business such as commercial properties, should the need occur.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
II.2.6) Estimated value
Value excluding VAT: 拢1,800,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information
The Framework Agreement will be split by locality, with Contractors restricted from holding both installation and maintenance lots in the same area, to mitigate concentration risk and ensure resilience of service delivery
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Tenderers must be registered with the Gas Safe Register for all gas installation, servicing, and maintenance works.
Tenderers must ensure that all operative undertaking gas works are appropriately qualified and certified in accordance with current legislation and industry standards.
III.1.2) Economic and financial standing
List and brief description of selection criteria
Tenderers will be required to demonstrate appropriate economic and financial standing to deliver the requirements of the Framework Agreement.
The following selection criteria will apply:
Minimum Annual Turnover
Tenderers must have a minimum 鈥済eneral鈥 annual turnover for the last two financial years. The minimum turnover requirement varies by Lot and has been set in proportion to the estimated annual value of each Lot.
Financial Ratio (Current Ratio)
Tenderers must demonstrate a minimum current ratio (current assets divided by current liabilities) for both the current and prior financial year. Minimum ratios vary by Lot.
Insurance Requirements
Tenderers must hold, or commit to obtaining prior to contract commencement, the following minimum levels of insurance:
Employers (Compulsory) Liability Insurance
Public Liability Insurance
Professional Indemnity Insurance
Minimum level(s) of standards possibly required
Minimum Annual Turnover and Financial Ratio Requirements (by Lot)
Minimum Turnover: 7 million GBP for each of the last two financial years for Lot 1 (Lot 1A and Lot 1B)
Current ratio for Current Year: 1.2
Current ratio for Prior Year: 1.2
Minimum Turnover: 1.8 million GBP for each of the last two financial years for Lot 2 (Lot 2A and Lot 2B)
Current ratio for Current Year: 1.2
Current ratio for Prior Year: 1.2
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鈥檚 suitability to proceed in the competition.
The formula for calculating a Tenderer鈥檚 current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.2. Where a Tenderer鈥檚 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鈥檚 suitability to proceed in the competition.
Tenderers must also hold, or commit to obtaining prior to contract commencement, the following minimum levels of insurance:
Employers (Compulsory) Liability Insurance 5 million GBP
Public Liability Insurance 10 million GBP
Professional Indemnity 2 million GBP
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) Technical and professional ability
List and brief description of selection criteria
SPD Question 4C.4 (a) 鈥 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 Contract (including any agency or sub-contractor staff), at least the real Living Wage.
SPD Question 4C.4 (b) 鈥 Inclusion of Prompt Payment Clause
Tenderers are required to confirm that they will include the standard prompt payment 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 including a point of contact for sub-contractors in the case of payment difficulties.
SPD Question 4C.7 (a) 鈥 Response to Climate Change Emergency
Tenderers are required to provide evidence that their organisation is taking steps to build awareness of the climate change emergency and provide details of how they have or will respond.
SPD Question 4D.1 鈥 Quality Assurance Schemes and Environmental Management
Tenderers are required to confirm that they have in place a Health and Safety Policy, where required, which is approved at a senior level within the organisation and is reviewed regularly.
SPD Question 4D.1.2 鈥 Environmental Management Systems
Tenderers are required to confirm that they hold ISO 14001 or equivalent, or can demonstrate the effectiveness of their environmental management systems.
Tenderers are required to be appropriately registered, accredited, or otherwise authorised to carry out the services relevant to the Lot(s) for which they are bidding.
Where a Tenderer cannot demonstrate appropriate registration, accreditation, or competence, the Council may exclude the Tenderer from the competition.
Minimum level(s) of standards possibly required
SPD Question 4C.4 (a) 鈥 Payment of the real Living Wage
Where a Tenderer does not commit to paying staff at least the real Living Wage, the Council may exclude the Tenderer from the competition.
SPD Question 4C.4 (b) 鈥 Inclusion of Prompt Payment Clause
Where a Tenderer does not commit to inclusion of a prompt payment clause, the Council may exclude the Tenderer from the competition.
SPD Question 4C.7 (a) 鈥 Response to Climate Change Emergency
Where a Tenderer fails to demonstrate that it is taking appropriate steps to build awareness of the climate change emergency and reduce emissions to the Council鈥檚 satisfaction, the Council may exclude the Tenderer from the competition.
SPD Question 4D.1 鈥 Quality Assurance Schemes and Environmental Management
Where a Tenderer does not have a Health and Safety Policy in place (where required), the Council may exclude the Tenderer from the competition.
SPD Question 4D.1.2 鈥 Environmental Management Systems
Where a Tenderer does not hold ISO 14001 (or equivalent) and cannot demonstrate an effective environmental management system, the Council may exclude the Tenderer from the competition.
Tenderers are required to be appropriately registered, accredited, or otherwise authorised to carry out the services relevant to the Lot(s) for which they are bidding.
Where a Tenderer cannot demonstrate appropriate registration, accreditation, or competence, the Council may exclude the Tenderer from the competition.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Payment of the RLW to all staff engaged in the delivery of the Contract (including sub-contractors);
Inclusion and enforcement of prompt payment provisions throughout the supply chain.
Compliance with all relevant H&S legislation, regulations, and industry standards.
Ensuring that all personnel undertaking the Services are suitably qualified, competent, and appropriately certified for the activities being undertaken.
Compliance with all applicable environmental legislation and Council policies, including measures relating to climate change and low emission requirements.
Compliance with all statutory and regulatory requirements relevant to the Services.
Effective management of sub-contractors to ensure full compliance with all contractual obligations.
Further detail is set out in the Specification and associated tender documents.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 15
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
22 May 2026
Local time
3:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 7 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
22 May 2026
Local time
3:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 48 months
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at
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:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
The Contractor will be required to deliver community benefits aligned to the Council鈥檚 strategic objectives, contributing to economic, social, and environmental wellbeing within the local area.
Community benefits will include, but are not limited to:
Employment and training opportunities, including apprenticeships and work placements for local residents;
Skills development initiatives to enhance employability and workforce capability;
Engagement with local communities, SMEs, and supported businesses;
Community engagement activities and support for local projects;
Promotion of equality, diversity, and social inclusion.
Tenderers will be required to outline how community benefits will be delivered, managed, and monitored, including clear implementation plans, measurable outcomes, and reporting arrangements to the Council.
(SC Ref:829361)
Download the ESPD document here:
VI.4) Procedures for review
VI.4.1) Review body
Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures
The contracting authority will comply with the Public Contracts (Scotland) Regulations 2015.
Any proceedings must be brought within the timescales set out in Regulation 88 of the Regulations.
Proceedings must be started within 30 days beginning with the date when the economic operator first knew or ought to have known that grounds for starting the proceedings had arisen.
