Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

60501337 Housing General - CoT Void Property Works Term Contract 2026-2029

  • First published: 04 April 2026
  • Last modified: 04 April 2026
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-067c78
Published by:
Angus Council
Authority ID:
AA21007
Publication date:
04 April 2026
Deadline date:
15 May 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
50700000 Repair and maintenance services of building installations Repair and maintenance services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
mcewenkg@angus.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.