Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 5
Status Active
Published 15th Dec 2025
| Reference | ocds-h6vhtk-059e39 |
| Common Procurement Vocabulary | Repair and maintenance services |
| Procurement Method | Open procedure |
| Value | £16,500,000 |
No location provided
Category Services
Type
No. of Lots 5
Status Active
Published 15th Dec 2025
| Reference | ocds-h6vhtk-059e39 |
| Common Procurement Vocabulary | Repair and maintenance services |
| Procurement Method | Open procedure |
| Value | £16,500,000 |
Section I: Contracting authority
I.1) Name and addresses
Caledonia Housing Association
Suite 4 Saltire House, 3 Whitefriars Crescent
Perth
PH2 0PA
Samuel.Zachariah [at] caledoniaha.co.uk
Telephone
+44 8006781228
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA17204
I.2) Information about 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
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/
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
Repairs, Maintenance, and Voids- Lotted Framework
II.1.2) Main CPV code
- 50000000 - Repair and maintenance services
II.1.3) Type of contract
Services
II.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)
II.1.5) Estimated total value
Value excluding VAT: £16,500,000
II.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
II.2) Description
II.2.1) Title
West (East Dunbartonshire, West Dunbartonshire & North Lanarkshire)
Lot No
1
II.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
II.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)
II.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.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50%
Cost criterion - Name: Cost of Service / Weighting: 50%
II.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.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
As required and stated in the ITT
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
See attached ITT
II.2) Description
II.2.1) Title
Perthshire
Lot No
2
II.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
II.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Perthshire
II.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.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50%
Cost criterion - Name: Cost of Service / Weighting: 50%
II.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.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
As required and stated in the ITT
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
See attached ITT
II.2) Description
II.2.1) Title
Dundee City, Fife & Angus
Lot No
3
II.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
II.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Dundee City, Fife & Angus
II.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.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50%
Cost criterion - Name: Cost of Service / Weighting: 50%
II.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.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
As required and stated in the ITT
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
See attached ITT
II.2) Description
II.2.1) Title
Inverness
Lot No
4
II.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
II.2.3) Place of performance
NUTS codes
- UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Main site or place of performance
Inverness
II.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.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50%
Cost criterion - Name: Cost of Service / Weighting: 50%
II.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.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
As required and stated in the ITT
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
See attached ITT
II.2) Description
II.2.1) Title
Specialist Works – Conservation & Listed Buildings
Lot No
5
II.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
II.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
All Areas
II.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.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50%
Cost criterion - Name: Cost of Service / Weighting: 50%
II.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.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
As required and stated in the ITT
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
See attached ITT
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
All as stated in the ITT for each Lot
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.2.1) 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
III.2.2) Contract performance conditions
Form of Contract and the KPIs
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
Framework agreement with several operators
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-058162
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
26 January 2026
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
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
26 January 2026
Local time
12:00pm
Section VI. Complementary information
VI.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
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
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
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at
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:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
See attached CB Clause for % contribution on Framework
(SC Ref:818487)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
1 Carlton Place
Glasgow
G5 9TW
Country
United Kingdom
