Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Angus Council
Angus House, Orchardbank Business Park
Forfar
DD8 1AN
UK
Contact person: Kevin McEwen
Telephone: +44 3452777778
E-mail: mcewenkg@angus.gov.uk
NUTS: UKM71
Internet address(es)
Main address: http://www.angus.gov.uk/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00236
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
60501337 Housing General - CoT Void Property Works Term Contract 2026-2029
Reference number: 60501337
II.1.2) Main CPV code
50700000
II.1.3) Type of contract
Services
II.1.4) Short description
Nature: Preparation, repair and upgrading of void flats and houses to make ready for re-letting within the Four Contract Areas, all to be carried out within the Priority Codes allocated.
The works may include an element of modernisation/upgrade in some instances where the Contract Administrator and/or Agent considers it appropriate to “replace/re-new” in lieu of “repair” e.g. kitchen replacement, bathroom replacement, window replacement and the like.
The dwelling types range in size from bedsits to seven-bedroomed houses and from single storey sheltered cottages to low rise flats up to five storeys high. There are no high-rise multi-storey blocks in the Employer’s current property stock.
The property stock is concentrated in the seven largest towns with a sizeable proportion of properties located in the surrounding rural villages. Each Contract Area therefore includes not only closely grouped urban properties, but also widely spread rural properties.
Location: The Employer cannot guarantee that the numbers of properties in the Contract remain constant due to the addition of newly built Council dwellings, the demolition of Council dwellings and other sundry other factors.
The Employer reserves the right to exclude any property from the Contract that may subsequently be transferred or otherwise disposed of by the Employer.
The Employer reserves the right to add any property acquired or brought into management by the Employer throughout the duration of the Contract.
Ownership: Where there is shared ownership or mutuality, communality within blocks or areas of land, the contractor will be required to undertake repairs required for the benefit of the council tenants.(Refer to Mixed Tenure repairs protocol).
Estimated Value is based on a four year and seven month period for all lots.
II.1.5) Estimated total value
Value excluding VAT:
21 350 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 4 lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
Lot No: 1
II.2.1) Title
Arbroath
II.2.2) Additional CPV code(s)
50700000
II.2.3) Place of performance
NUTS code:
UKM71
Main site or place of performance:
Arbroath
II.2.4) Description of the procurement
Works to repair and refurbish vacant Council Properties in preparation for re-letting.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality as will be contained in the tender documents
/ Weighting: 30
Price
/ Weighting:
70
II.2.6) Estimated value
Value excluding VAT:
1 200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2026
End:
31/03/2029
This contract is subject to renewal: Yes
Description of renewals:
3-year period with the option to extend for an additional 2 years solely at Angus Council's discretion.
II.2.9) Information about the limits on the number of candidates to be invited
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
Estimated value is the anticipated annual cost in the current Financial Year.
Lot No: 2
II.2.1) Title
Carnoustie & Monifieth
II.2.2) Additional CPV code(s)
50700000
II.2.3) Place of performance
NUTS code:
UKM71
Main site or place of performance:
Carnoustie and Monifieth
II.2.4) Description of the procurement
Works to repair and refurbish vacant Council Properties in preparation for re-letting.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality as will be contained in the tender documents
/ Weighting: 30
Price
/ Weighting:
70
II.2.6) Estimated value
Value excluding VAT:
700 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2026
End:
31/03/2029
This contract is subject to renewal: Yes
Description of renewals:
3-year period with the option to extend for an additional 2 years solely at Angus Council's discretion.
II.2.9) Information about the limits on the number of candidates to be invited
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
Estimated value is the anticipated annual cost in the current Financial Year.
Lot No: 3
II.2.1) Title
Brechin & Montrose
II.2.2) Additional CPV code(s)
50700000
II.2.3) Place of performance
NUTS code:
UKM71
Main site or place of performance:
Brechin and Montrose
II.2.4) Description of the procurement
Works to repair and refurbish vacant Council Properties in preparation for re-letting.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality as will be contained in the tender documents
/ Weighting: 30
Price
/ Weighting:
70
II.2.6) Estimated value
Value excluding VAT:
900 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2026
End:
31/03/2029
This contract is subject to renewal: Yes
Description of renewals:
3-year period with the option to extend for 2 years solely at Angus Council's discretion.
II.2.9) Information about the limits on the number of candidates to be invited
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
Estimated value is the anticipated annual cost in the current Financial Year.
Lot No: 4
II.2.1) Title
Forfar & Kirriemuir
II.2.2) Additional CPV code(s)
50700000
II.2.3) Place of performance
NUTS code:
UKM71
Main site or place of performance:
Forfar and Kirriemuir
II.2.4) Description of the procurement
Works to repair and refurbish vacant Council Properties in preparation for re-letting.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality as will be contained in the tender documents
/ Weighting: 30
Price
/ Weighting:
70
II.2.6) Estimated value
Value excluding VAT:
1 200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2026
End:
31/03/2029
This contract is subject to renewal: Yes
Description of renewals:
3-year period with the option to extend for 2 years solely at Angus Council's discretion.
II.2.9) Information about the limits on the number of candidates to be invited
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
Estimated value is the anticipated annual cost in the current Financial Year.
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:
Although not required at this stage Bidders should be aware that electrical works must only be carried out by operatives currently enrolled
with the National Inspection Council for Electrical Installation Contracting (NICEIC) or a current member of the Electrical Contractors’ Association of Scotland (SELECT) or European equivalent
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Will be contained in the procurement documents included with the Invitation to Tender (ITT)
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 with several operators.
Envisaged maximum number of participants to the framework agreement: 4
IV.1.8) Information about 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:
15/05/2026
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
15/05/2026
Local time: 12:00
Place:
Online via Teams call
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
3-5 years from now depending on whether the option to extend is operated
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
VI.3) Additional information
Requests to participate by groups of contractors should be accompanied by appropriate evidence of agreements reached between members
of the group and each contractor shall be jointly and severally responsible for the due performance of the contract.
Council staff and tenants must only be charged Local rate calls when making contact with Contractors.
Contractors will be provided with access to, and training on, the Council’s housing management system and will be required to timeously
input various repair details and information.
Contractors will be required to provide access for Council employees to load the required software and upgrades to enable access to the
relevant parts of the Council's housing management system.
The Housing Division operates a prioritised Job system with target time response time bandings.
Contractors will be required to operate under a Code of Conduct. The Code will include topics such as all
personnel carrying ID cards & mobile phones/ hand held devices, tidiness, and politeness.
The Council do, on a daily basis, carry out tenant satisfaction surveys to monitor compliance with the
Code of Conduct and workmanship standards.
Contractors will be required to operate an Appointment System offering tenants a range of timeslots during weekdays, evenings and
Saturday.
Evidence of the appointment system must be available for inspection at any time as part of our auditing
process. The System must be compliant with Data Protection Law including the GDPR.
Contractors will be required to record and provide the Council with any/ all information related to the Council’s “Scottish Housing
Charter” indicators annual submission. Information currently required
includes the length of time taken to complete non-emergency repairs, the number of repairs completed right first time, the number of
repairs appointments kept and tenant satisfaction with the repair and
service.
Contractors and their operatives will be required to make use of mobile hand held devices to record tenant satisfaction scores and job
completion times in real-time.
The Council reserves the right to request SPD's from sub-contractors.
Abnormally low tenders and Abnormally high Tenders will be treated in accordance with the relevant section in Document 01 Instructions to Bidders.
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=817585.
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:
A Community Benefits Project Plan will be issued with the Tender (Procurement) Documents and these will detail the requirements
(SC Ref:817585)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=817585
VI.4) Procedures for review
VI.4.1) Review body
The Scottish Law Courts, c/o Scottish Courts and Tribunals Service
Saughton House, Broomhouse Drive
Edinburgh
EH11 3XD
UK
Telephone: +44 1314443300
E-mail: enquiries@scotcourts.gov.uk
Internet address(es)
URL: https://www.scotcourts.gov.uk/
VI.5) Date of dispatch of this notice
03/04/2026