Domestic Repair & Maintenance Framework Agreement
The City of Edinburgh Council
Contract Information
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.
- Value
- GBP 50,000,000
- Deadline
- 14/01/2026 (2 months ago)
- Selection Criteria
- EconomicPart 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.
- TechnicalPart 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.
- Economic
- Documents attached
- Domestic Repair & Maintenance Framework Agreement (contractNotice)text/html
- Lot 1 - Internal Multi-Trade (No document type)application/x-zip-compressedNo document URL
- Lot 2 - External Works (No document type)application/x-zip-compressedNo document URL
- Lot 3 - Jetting & Drainage (No document type)application/x-zip-compressedNo document URL
- Lot 4 - Preservation Works (No document type)application/x-zip-compressedNo document URL
- Lot 5 - Scaffolding Services (No document type)application/x-zip-compressedNo document URL
Buyer Information
The primary buyer of this contract is The City of Edinburgh Council. There are 3 parties involved in this contract.
- Buyer name
- The City of Edinburgh Council
- Party #1
- ID:
org-11 - Name:
The City of Edinburgh Council (The City of Edinburgh Council) - Role:
buyer - Address:
Waverley Court, 4 East Market Street Edinburgh, UKM75 EH8 8BG - Contact point:
Kelly Faulds
Email: kelly.faulds@edinburgh.gov.uk
Phone: +44 1314693922
Website: https://www.publiccontractsscotland.gov.uk/
- ID:
- Party #2
- ID:
org-12 - Name:
Kingdom Housing Association Limited (Kingdom Housing Association Limited) - Role:
buyer - Address:
Saltire Centre, Pentland Court Glenrothes, UKM72 KY6 2DA - Contact point:
Unknown contact name
Email: kingdom@kha.scot
Phone: +44 1592631661
Website: Unknown website
- ID:
- Party #3
- ID:
org-13 - Name:
Sherriff Court (Sherriff Court) - Role:
reviewBody - Address:
Sherriff Court House 27 Chambers Street Edinburgh, EH1 1LB - Contact point:
Unknown contact name
Email: Unknown email
Phone: Unknown phone
Website: http://
- ID:
Metadata
- Contract ID
- rls-6-NOV544498
- Open Contracting ID
- ocds-r6ebe6-0000816721
- Tender ID
- CT1512
- Buyer name
- The City of Edinburgh Council
- Parties involved
- The City of Edinburgh Council
- Kingdom Housing Association Limited
- Sherriff Court
- Value
- GBP 50,000,000
- Bid Opening Date
- 14/01/2026 (2 months ago)
- Award start date
- 14/01/2026 (2 months ago)
- Tender end date
- 14/01/2026 (2 months ago)
- Procurement method
- Open procedure
- Procurement method details
- Open procedure
- Main procurement category
- works
- Submission method
- electronicSubmission
- Submission method details
- https://www.publiccontractsscotland.gov.uk/
- Submission terms - language
- en
- Submission terms - bid validity period
- Unknown bid validity period
- Techniques - Has framework agreement
- Yes
- Techniques - Framework agreement maximum participants
- Unknown maximum participants
- Number of lots
- 5
- Lot details (Maximum lots bid per supplier)
- Unknown maximum lots bid per supplier
- Communication channel
- Unknown communication channel
- Covered By
- GPA
- Legal basis
- 32014L0024
- Legal basis scheme
- CELEX
- Classification (Primary)
- 45211000: Construction work for multi-dwelling buildings and individual houses (CPV)
- Classification (Additional)
- 45232450: Drainage construction works
- 45232452: Drainage works
- 45261200: Roof-covering and roof-painting work
- 45262100: Scaffolding work
- 45262110: Scaffolding dismantling work
- 45262120: Scaffolding erection work
- 45262500: Masonry and bricklaying work
- 45262600: Miscellaneous special-trade construction work
- 45310000: Electrical installation work
- 45311000: Electrical wiring and fitting work
- 45330000: Plumbing and sanitary works
- 45332000: Plumbing and drain-laying work
- 45332200: Water plumbing work
- 45340000: Fencing, railing and safety equipment installation work
- 45342000: Erection of fencing
- 45410000: Plastering work
- 45421000: Joinery work
- 45432114: Wood flooring work
- 45440000: Painting and glazing work
- 92522000: Preservation services of historical sites and buildings