Tender

Repairs, Maintenance, and Voids- Lotted Framework

  • Caledonia Housing Association

F02: Contract notice

Notice identifier: 2025/S 000-082724

Procurement identifier (OCID): ocds-h6vhtk-059e39

Published 15 December 2025, 8:48am



Section one: Contracting authority

one.1) Name and addresses

Caledonia Housing Association

Suite 4 Saltire House, 3 Whitefriars Crescent

Perth

PH2 0PA

Email

Samuel.Zachariah@caledoniaha.co.uk

Telephone

+44 8006781228

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

www.caledoniaha.co.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA17204

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

http://www.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://www.publiccontractsscotland.gov.uk/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Repairs, Maintenance, and Voids- Lotted Framework

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Repairs, Maintenance, and Voids- Lotted Framework (2026 – 2028) With options to extend for 2 x 12-month periods (maximum duration: 4 years)

two.1.5) Estimated total value

Value excluding VAT: £16,500,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

As stated in the ITT, page 3, Restriction on Number of Contractors for the Lots

two.2) Description

two.2.1) Title

West (East Dunbartonshire, West Dunbartonshire & North Lanarkshire)

Lot No

1

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
  • UKM84 - North Lanarkshire
Main site or place of performance

West (East Dunbartonshire, West Dunbartonshire & North Lanarkshire)

two.2.4) Description of the procurement

The Framework is a geographical, multi-lotted, multi-trade service covering reactive repairs and voids operating 365 days per year and 24/7 (in-day and out-of-hours) to properties and common areas at various sites within the Association’s stock for the Association’s tenants and owners.

The Framework will cover full multi-trade works, including any combination of trades. As a minimum, this must include: Joinery, Electricals (including door entry, TV aerials and electrical heating works), Plumbing, Painting, Building, Stonework, Roofing, Plasterer, Roughcasting, Glazing, uPVC Windows and doors repairs and drainage works including jetting, clearing & camera works (note: this list is not exhaustive). The Scope also includes provision for out-of-hours cover and voids. Ad hoc Kitchen & Bathroom renewal works; medical adaptations, and any relevant cyclical works may also be included.

A maximum of 2 providers appointed to each Geographical Lot of the Framework. The highest-ranking Bidder will not have exclusive rights to all R&M and Voids works under this Framework in Geographical Lots 1 - 4.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50%

Cost criterion - Name: Cost of Service / Weighting: 50%

two.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 Framework will be for a period of 4 years. It will initially run for 24 months, with the option to extend for a further 2 separate 12-month periods at The Association’s discretion.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

As required and stated in the ITT

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

See attached ITT

two.2) Description

two.2.1) Title

Perthshire

Lot No

2

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM77 - Perth & Kinross and Stirling
Main site or place of performance

Perthshire

two.2.4) Description of the procurement

The Framework is a geographical, multi-lotted, multi-trade service covering reactive repairs and voids operating 365 days per year and 24/7 (in-day and out-of-hours) to properties and common areas at various sites within the Association’s stock for the Association’s tenants and owners.

The Framework will cover full multi-trade works, including any combination of trades. As a minimum, this must include: Joinery, Electricals (including door entry, TV aerials and electrical heating works), Plumbing, Painting, Building, Stonework, Roofing, Plasterer, Roughcasting, Glazing, uPVC Windows and doors repairs and drainage works including jetting, clearing & camera works (note: this list is not exhaustive). The Scope also includes provision for out-of-hours cover and voids. Ad hoc Kitchen & Bathroom renewal works; medical adaptations, and any relevant cyclical works may also be included.

A maximum of 2 providers appointed to each Geographical Lot of the Framework. The highest-ranking Bidder will not have exclusive rights to all R&M and Voids works under this Framework in Geographical Lots 1 - 4.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50%

Cost criterion - Name: Cost of Service / Weighting: 50%

two.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 Framework will be for a period of 4 years. It will initially run for 24 months, with the option to extend for a further 2 separate 12-month periods at The Association’s discretion.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

As required and stated in the ITT

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

See attached ITT

two.2) Description

two.2.1) Title

Dundee City, Fife & Angus

Lot No

3

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City
Main site or place of performance

Dundee City, Fife & Angus

two.2.4) Description of the procurement

The Framework is a geographical, multi-lotted, multi-trade service covering reactive repairs and voids operating 365 days per year and 24/7 (in-day and out-of-hours) to properties and common areas at various sites within the Association’s stock for the Association’s tenants and owners.

The Framework will cover full multi-trade works, including any combination of trades. As a minimum, this must include: Joinery, Electricals (including door entry, TV aerials and electrical heating works), Plumbing, Painting, Building, Stonework, Roofing, Plasterer, Roughcasting, Glazing, uPVC Windows and doors repairs and drainage works including jetting, clearing & camera works (note: this list is not exhaustive). The Scope also includes provision for out-of-hours cover and voids. Ad hoc Kitchen & Bathroom renewal works; medical adaptations, and any relevant cyclical works may also be included.

A maximum of 2 providers appointed to each Geographical Lot of the Framework. The highest-ranking Bidder will not have exclusive rights to all R&M and Voids works under this Framework in Geographical Lots 1 - 4.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50%

Cost criterion - Name: Cost of Service / Weighting: 50%

two.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 Framework will be for a period of 4 years. It will initially run for 24 months, with the option to extend for a further 2 separate 12-month periods at The Association’s discretion.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

As required and stated in the ITT

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

See attached ITT

two.2) Description

two.2.1) Title

Inverness

Lot No

4

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Main site or place of performance

Inverness

two.2.4) Description of the procurement

The Framework is a geographical, multi-lotted, multi-trade service covering reactive repairs and voids operating 365 days per year and 24/7 (in-day and out-of-hours) to properties and common areas at various sites within the Association’s stock for the Association’s tenants and owners.

The Framework will cover full multi-trade works, including any combination of trades. As a minimum, this must include: Joinery, Electricals (including door entry, TV aerials and electrical heating works), Plumbing, Painting, Building, Stonework, Roofing, Plasterer, Roughcasting, Glazing, uPVC Windows and doors repairs and drainage works including jetting, clearing & camera works (note: this list is not exhaustive). The Scope also includes provision for out-of-hours cover and voids. Ad hoc Kitchen & Bathroom renewal works; medical adaptations, and any relevant cyclical works may also be included.

A maximum of 2 providers appointed to each Geographical Lot of the Framework. The highest-ranking Bidder will not have exclusive rights to all R&M and Voids works under this Framework in Geographical Lots 1 - 4.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50%

Cost criterion - Name: Cost of Service / Weighting: 50%

two.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 Framework will be for a period of 4 years. It will initially run for 24 months, with the option to extend for a further 2 separate 12-month periods at The Association’s discretion.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

As required and stated in the ITT

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

See attached ITT

two.2) Description

two.2.1) Title

Specialist Works – Conservation & Listed Buildings

Lot No

5

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

All Areas

two.2.4) Description of the procurement

Lot 5 is for Specialist Works to Conservation & Listed Buildings in the attached stock list named ‘Lot 5 Stock List - Conservation and Listed Building - November 2025’. It is intended to be a non-ranked Lot under the framework and it is our intention to have a flexible and balanced spread of works to trades contractors on the framework in this Lot and this will be based on, VfM, availability, capacity, skillset, capability, location (proximity to live work orders) and KPI performance.

This lot will cover:

1. Stonemason – for repairing or replicating original stonework and facades.

2. Joiner / Carpenter (Heritage Specialist) – for restoring sash windows, doors, and timber structures.

3. Roofing Specialist – particularly skilled in slate, clay tile, or lead work restoration.

4. Bricklayer (Repointing & Lime Mortar Specialist) – for period brickwork restoration.

5. Glazier (Traditional / Leaded Glass) – for sash windows or stained-glass restoration.

There will be no requirement to cover OOH in this lot, OOH will be covered under Lots 1 – 4.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50%

Cost criterion - Name: Cost of Service / Weighting: 50%

two.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 Framework will be for a period of 4 years. It will initially run for 24 months, with the option to extend for a further 2 separate 12-month periods at The Association’s discretion.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

As required and stated in the ITT

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

See attached ITT


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

All as stated in the ITT for each Lot

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

All as stated in the ITT for each Lot

three.2.2) Contract performance conditions

Form of Contract and the KPIs

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.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

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-058162

four.2.2) Time limit for receipt of tenders or requests to participate

Date

26 January 2026

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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)

four.2.7) Conditions for opening of tenders

Date

26 January 2026

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: All as stated in the ITT for each Lot

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Please ensure that you read and understand the ITT requirements. You must return the following:

1- Completed Word version SDP

2- Evidence for you meeting the SPD criteria

3- Completed Financial Ratio Sheet in Excel

4- Completed CB clause

5- Completed Pricing Schedule for each Lot

6- Completed Quality Submission for Lots 1-4 or Lot 5 (and evidence)

7- Form of Tender for each Lot you are bidding for

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=818487.

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:

See attached CB Clause for % contribution on Framework

(SC Ref:818487)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

1 Carlton Place

Glasgow

G5 9TW

Country

United Kingdom