Contract notice
Section I: Contracting
authority
I.1) Name and addresses
C~urb Property Maintenance
Link House, 2c New Mart Road
Edinburgh
EH14 1RL
UK
Contact person: Jennifer McPhail
Telephone: +44 3451400100
E-mail: jennifer.mcphail@curb.scot
NUTS: UKM75
Internet address(es)
Main address: www.curb.scot
I.2) Joint procurement
The contract is awarded by a central purchasing body
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 another address:
Armour Construction Consultants
111 Bell Street
Glasgow
G4 0TQ
UK
Contact person: Hunter Kirkpatrick
Telephone: +44 7730200737
E-mail: h.kirkpatrick@armour.co.uk
NUTS: UKM82
Internet address(es)
Main address: www.armour.co.uk
Tenders or requests to participate must be sent electronically to:
www.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Framework Agreement for Responsive and Emergency Builder, Plastering, Roofing and Fencing Works
Reference number: 8543.3
II.1.2) Main CPV code
45260000
II.1.3) Type of contract
Works
II.1.4) Short description
C~urb, part of the Link Group, are seeking to appoint a framework of contractors to undertake responsive and emergency repairs for builder, plastering, roofing and fencing works at various locations throughout Scotland. The frameworks will be split into two Lots:
Lot 1 - Central and East Scotland and the Scottish Borders
Lot 2 - Central and West Scotland.
Further details are provided in the ITT and Tender Documentation.
II.1.5) Estimated total value
Value excluding VAT:
9 400 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Framework of contractors to undertake responsive and emergency repairs for builder, plastering, roofing works and fencing works - East
II.2.2) Additional CPV code(s)
45260000
45261000
45262000
II.2.3) Place of performance
NUTS code:
UKM7
Main site or place of performance:
Central and East Scotland the the Scottish Borders as described in the Invitation to Tender and Tender Documentation
II.2.4) Description of the procurement
Open procurement. The preferred works providers will be determined through a price (60%) and quality (40%) assessment. The highest scoring contractor (based and Quality and Price) will be allocated repairs/works orders to undertake. If this contractor is unable to undertake the works, or KPI’s are not acceptable to Link, future orders will go to the next ranked contractor. Contractors selected to the frameworks are offered no guarantee of work.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
Lot No: 2
II.2.1) Title
Framework of contractors to undertake responsive and emergency repairs for builder, plastering, roofing works and fencing works - West
II.2.2) Additional CPV code(s)
45260000
45261000
45262000
II.2.3) Place of performance
NUTS code:
UKM8
Main site or place of performance:
West and Central Scotland as described in the Invitation to Tender and Tender Documentation
II.2.4) Description of the procurement
Open procurement. The preferred works providers will be determined through a price (60%) and quality (40%) assessment. The highest scoring contractor (based and Quality and Price) will be allocated repairs/works orders to undertake. If this contractor is unable to undertake the works, or KPI’s are not acceptable to Link, future orders will go to the next ranked contractor. Contractors selected to the frameworks are offered no guarantee of work.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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
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: 3
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:
04/06/2026
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:
04/06/2026
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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
Refer to Invitation to Tender and Tender Documentation
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=829048.
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.
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
All works are anticipated to be undertaken by in-house trades provided by multi-trade contractors.
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
The works are for various types of responsive repairs throughout East, West, Central and Southern Scotland. Due to the possible sporadic nature of the works, Community Benefits will not be enforced albeit successful bidders may be requested to contribute to Community Initiatives.
(SC Ref:829048)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=829048
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court
Edinburgh
UK
VI.5) Date of dispatch of this notice
13/04/2026