萝莉原创

萝莉原创 Tenders

05 May 2026

Related Information

Construction Contract Leads

Scotland

Category Services

Type Tender

No. of Lots 4

Status Active

Published 15th Apr 2026

Tender Details
Referenceocds-h6vhtk-068343
Common Procurement VocabularyRepair and maintenance services of central heating
Procurement MethodOpen procedure
Value£13,600,000
« Previous Page

Scotland

Category Services

Type Tender

No. of Lots 4

Status Active

Published 15th Apr 2026

Tender Details
Referenceocds-h6vhtk-068343
Common Procurement VocabularyRepair and maintenance services of central heating
Procurement MethodOpen 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

Email

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.