£21.35m Void Property Works Contract 2026-2029
Summary
Angus Council published a contract notice inviting tenders for void property works across four geographic lots spanning 2026-2029. The estimated contract value is £21.35m, covering preparation, repair, and upgrading of void flats and houses in Arbroath, Carnoustie & Monifieth, Brechin & Montrose, and Forfar & Kirriemuir. Tenders must be submitted electronically via the Public Contracts Scotland portal.
What changed
Angus Council has issued a contract notice (Reference: 60501337) for housing void property works valued at £21.35m over three years (2026-2029). The procurement is divided into four lots covering different geographic areas within the council's jurisdiction, with the main CPV code 50700000 (Repair and maintenance services of building installations). The works involve preparing, repairing, and upgrading void residential properties for re-letting under allocated Priority Codes.
Construction firms and service providers seeking to bid must register on Public Contracts Scotland (www.publiccontractsscotland.gov.uk) and submit proposals electronically. This represents a significant opportunity for contractors operating in social housing maintenance within Scotland. Prospective bidders should review the contract lots, eligibility criteria, and submission requirements before the tender deadline.
What to do next
- Register on Public Contracts Scotland portal if not already registered
- Review contract documentation for Lot(s) of interest and geographic areas
- Prepare and submit tender electronically via the portal before deadline
Source document (simplified)
Tender
60501337 Housing General - CoT Void Property Works Term Contract 2026-2029
- Angus Council F02: Contract notice
Notice identifier: 2026/S 000-031212
Procurement identifier (OCID): ocds-h6vhtk-067c78
Published 3 April 2026, 5:01pm
Watch this notice
Contents
one. Contracting authority Press escape key to exit two. Object (4 lots)
- Scope of the procurement
- Lot 1. Arbroath
- Lot 2. Carnoustie & Monifieth
- Lot 3. Brechin & Montrose
- Lot 4. Forfar & Kirriemuir
three. Legal, economic, financial and technical information four. Procedure six. Complementary information
Download
Share this notice
- Copy link Print this notice Report concerns about this procurement ## Section one: Contracting authority
one.1) Name and addresses
Angus Council
Angus House, Orchardbank Business Park
Forfar
DD8 1AN
Contact
Kevin McEwen
Telephone
+44 3452777778
Country
United Kingdom
NUTS code
UKM71 - Angus and Dundee City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00236
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
60501337 Housing General - CoT Void Property Works Term Contract 2026-2029
Reference number
60501337
two.1.2) Main CPV code
Repair and maintenance services of building installations
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £21,350,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
4
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Arbroath
Lot No
1
two.2.2) Additional CPV code(s)
Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Arbroath
two.2.4) Description of the procurement
Works to repair and refurbish vacant Council Properties in preparation for re-letting.
two.2.5) Award criteria
Quality criterion - Name: Quality as will be contained in the tender documents / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £1,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2026
End date
31 March 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.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Estimated value is the anticipated annual cost in the current Financial Year.
two.2) Description
two.2.1) Title
Carnoustie & Monifieth
Lot No
2
two.2.2) Additional CPV code(s)
Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Carnoustie and Monifieth
two.2.4) Description of the procurement
Works to repair and refurbish vacant Council Properties in preparation for re-letting.
two.2.5) Award criteria
Quality criterion - Name: Quality as will be contained in the tender documents / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2026
End date
31 March 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.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Estimated value is the anticipated annual cost in the current Financial Year.
two.2) Description
two.2.1) Title
Brechin & Montrose
Lot No
3
two.2.2) Additional CPV code(s)
Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Brechin and Montrose
two.2.4) Description of the procurement
Works to repair and refurbish vacant Council Properties in preparation for re-letting.
two.2.5) Award criteria
Quality criterion - Name: Quality as will be contained in the tender documents / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £900,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2026
End date
31 March 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.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Estimated value is the anticipated annual cost in the current Financial Year.
two.2) Description
two.2.1) Title
Forfar & Kirriemuir
Lot No
4
two.2.2) Additional CPV code(s)
Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Forfar and Kirriemuir
two.2.4) Description of the procurement
Works to repair and refurbish vacant Council Properties in preparation for re-letting.
two.2.5) Award criteria
Quality criterion - Name: Quality as will be contained in the tender documents / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £1,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2026
End date
31 March 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.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Estimated value is the anticipated annual cost in the current Financial Year.
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
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
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.2.2) Contract performance conditions
Will be contained in the procurement documents included with the Invitation to Tender (ITT)
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
Envisaged maximum number of participants to the framework agreement: 4
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.2.2) Time limit for receipt of tenders or requests to participate
Date
15 May 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
15 May 2026
Local time
12:00pm
Place
Online via Teams call
Section six. Complementary information
six.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
six.2) Information about electronic workflows
Electronic invoicing will be accepted
six.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
six.4) Procedures for review
six.4.1) Review body
The Scottish Law Courts, c/o Scottish Courts and Tribunals Service
Saughton House, Broomhouse Drive
Edinburgh
EH11 3XD
Telephone
+44 1314443300
Country
United Kingdom
Internet address
Named provisions
Related changes
Source
Classification
Who this affects
Taxonomy
Browse Categories
Get Trade & Sanctions alerts
Weekly digest. AI-summarized, no noise.
Free. Unsubscribe anytime.
Get alerts for this source
We'll email you when Find a Tender - Latest Notices publishes new changes.