Construction Contract Leads
Scotland
Category Services
Type Tender
No. of Lots 2
Status Active
Published 6th Mar 2026
| Reference | ocds-h6vhtk-059199 |
| Common Procurement Vocabulary | Repair and maintenance services |
| Procurement Method | Open procedure |
| Value | £480,000 |
Scotland
Category Services
Type Tender
No. of Lots 2
Status Active
Published 6th Mar 2026
| Reference | ocds-h6vhtk-059199 |
| Common Procurement Vocabulary | Repair and maintenance services |
| Procurement Method | Open procedure |
| Value | £480,000 |
Section I: Contracting authority
I.1) Name and addresses
Berwickshire Housing Association Ltd
55 Newtown Street, Duns
Berwickshire
TD11 3AU
admin [at] berwickshireha.co.uk
Telephone
+44 1361884000
Country
United Kingdom
NUTS code
UKM91 - Scottish Borders
Internet address(es)
Main address
Buyer's address
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Commercial Boiler, ASHP/GSHP & UHWC Service & Reactive Maintenance Framework
II.1.2) Main CPV code
- 50000000 - Repair and maintenance services
II.1.3) Type of contract
Services
II.1.4) Short description
Lot 1 - Commercial Boiler Service & Reactive Maintenance Framework
Lot 2 – ASHP/GSHP Boiler Service & Reactive Maintenance Framework
2026/27 – 2028/29 (with 2 x single year extension options)
II.1.5) Estimated total value
Value excluding VAT: £480,000
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title
Lot 1 - Commercial Boiler Service & Reactive Maintenance
Lot No
1
II.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 50720000 - Repair and maintenance services of central heating
II.2.3) Place of performance
NUTS codes
- UKM91 - Scottish Borders
II.2.4) Description of the procurement
Lot 1 - Commercial Boiler Service & Reactive Maintenance Framework
2026/27 – 2028/29 (with 2 x single year extension options)
The work comprises the Annual Inspection and Testing of 14 Commercial Gas Installations, located in 5 properties including all supply pipe work, equipment and appliances (including radiators, pipework, associated controls, tanks, calorifiers, pumps, control panels and systems and all other items necessary for the operation of the heating and hot water), annual servicing of gas central heating systems, together with any electrical work associated with these installations.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40%
Cost criterion - Name: Cost of Service / Weighting: 60%
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 2 years; with the option to extend for a further 2 x single 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
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
Lot 2 – ASHP/GSHP Boiler Service & Reactive Maintenance Framework 2026/27 – 2028/29 (with 2 x single year extension options)
Lot No
2
II.2.2) Additional CPV code(s)
- 50720000 - Repair and maintenance services of central heating
- 50000000 - Repair and maintenance services
II.2.3) Place of performance
NUTS codes
- UKM91 - Scottish Borders
II.2.4) Description of the procurement
Lot 2 – ASHP/GSHP Boiler Service & Reactive Maintenance Framework
2026/27 – 2028/29 (with 2 x single year extension options)
The work comprises the Annual Inspection, Testing and Reactive Maintenance of 456 systems powered by an Air Source Heat Pump (ASHP) and 11 systems powered by a Ground Source Heat Pump (GSHP) that shall be subject to servicing and reactive maintenance. Additionally, there are 298 with an Unvented Hot Water Cylinders (UHWC) and to be serviced and the servicing of thermostatic mixing valves where already installed in the Association’s residential properties are to be included. ASHP, GSHP & UHWC will receive a bi-annual service (every 2 years) of the heating systems, together with any electrical work associated with these installations.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40%
Cost criterion - Name: Cost of Service / Weighting: 60%
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 2 years; with the option to extend for a further 2 x single 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
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
See attached ITT - ITT - SPD and Price Quality Evaluation - Commercial ASHP GSHP & UHWC - vfinal
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
See attached ITT - ITT - SPD and Price Quality Evaluation - Commercial ASHP GSHP & UHWC - vfinal
III.2.2) Contract performance conditions
See attached Tender Documents and Contract and Contractual KPIs attached with the Contract Notice.
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 000-052920
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
6 April 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
6 April 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: As per the ITT
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 comprehensively read and understand the ITT documents as they outline your requirements for the submission of the SPD, the Quality and the Pricing Schedule. IT IS CRITICAL THAT YOU READ THESE FIRST.
If you are in an doubt as a question through PCS questions and answer section within the contract notice.
Also see the list of documents listed below that have to be completed and returned.
SPD (Scotland) Document - Global Questions
SPD Response & Evidence
Financial Ratio (3 year & Ave)- (Bidders Name)
Quality Response
CB Clause for % contribution on Framework
Lot Selection Form
Excel Pricing Schedule Lot 1 & Lot 2
6.1 Appendix A - Form of Tender - BHA
6.6 Appendix E - List of Sub-contractors (also see ITT)
6.7 Appendix F - Anti-Collusion Non-Canvassing Conflict Of Interest Statements
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.
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 MTC' to be completed and signed a returned with the submission.
(SC Ref:820853)
VI.4) Procedures for review
VI.4.1) Review body
Sheriff Court House
Ettrick Terrace
Selkirk
TD7 4LE
Country
United Kingdom
