ºÚÁÏÉç

Construction Tenders

06 April 2026

Related Information

Construction Contract Leads

Scotland

Category Services

Type Tender

No. of Lots 2

Status Active

Published 6th Mar 2026

Tender Details
Referenceocds-h6vhtk-059199
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£480,000
« Previous Page

Scotland

Category Services

Type Tender

No. of Lots 2

Status Active

Published 6th Mar 2026

Tender Details
Referenceocds-h6vhtk-059199
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£480,000

Section I: Contracting authority

I.1) Name and addresses

Berwickshire Housing Association Ltd

55 Newtown Street, Duns

Berwickshire

TD11 3AU

Email

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